155
Department of Housing and Community Development (DHCD) REQUEST FOR PROPOSALS (RFP) SOLICITATION NO. S00R5400013 Issue Date: June 26, 2015 ADDITIONAL WEATHERIZATION PLUS LEAD HAZARD SERVICES CONTRACTORS - BGE SERVICE TERRITORY NOTICE A Prospective Offeror that has received this document from the DHCD website or https://emaryland.buyspeed.com/bso/ , or that has received this document from a source other than the Procurement Officer, and that wishes to assure receipt of any changes or additional materials related to this RFP, should immediately contact the Procurement Officer and provide the Prospective Offeror’s name and mailing address so that addenda to the RFP or other communications can be sent to the Prospective Offeror.

Services Procurement Solicitation Templatedhcd.maryland.gov/.../204CIFProposalFinalJune26.docx  · Web view1.1Summary Statement. ... including approval by the Board of Public Works,

Embed Size (px)

Citation preview

Page 1: Services Procurement Solicitation Templatedhcd.maryland.gov/.../204CIFProposalFinalJune26.docx  · Web view1.1Summary Statement. ... including approval by the Board of Public Works,

Department of Housing and Community Development (DHCD)

REQUEST FOR PROPOSALS (RFP)

SOLICITATION NO. S00R5400013

Issue Date: June 26, 2015

ADDITIONAL WEATHERIZATION PLUS LEAD HAZARD SERVICES CONTRACTORS - BGE SERVICE TERRITORY

NOTICE

A Prospective Offeror that has received this document from the DHCD website or https://emaryland.buyspeed.com/bso/, or that has received this document from a source other than the Procurement Officer, and that wishes to assure receipt of any changes or additional materials related to this RFP, should immediately contact the Procurement Officer and provide the Prospective Offeror’s name and mailing address so that addenda to the RFP or other communications can be sent to the Prospective Offeror.

Minority Business Enterprises Are Encouraged to Respond to this Solicitation

Page 2: Services Procurement Solicitation Templatedhcd.maryland.gov/.../204CIFProposalFinalJune26.docx  · Web view1.1Summary Statement. ... including approval by the Board of Public Works,

STATE OF MARYLANDNOTICE TO VENDORS

In order to help us improve the quality of State solicitations, and to make our procurement process more responsive and business friendly, we ask that you take a few minutes and provide comments and suggestions regarding this solicitation. Please return your comments with your response. If you have chosen not to respond to this Contract, please email or fax this completed form to the attention of the Procurement Officer (see Key Information Sheet below for contact information).

Title: Additional Weatherization Plus Lead Hazard Services Contractors - BGE Service Territory

Solicitation No: S00R54000131. If you have chosen not to respond to this solicitation, please indicate the reason(s) below:

( ) Other commitments preclude our participation at this time.( ) The subject of the solicitation is not something we ordinarily provide.( ) We are inexperienced in the work/commodities required.( ) Specifications are unclear, too restrictive, etc. (Explain in REMARKS section.)( ) The scope of work is beyond our present capacity.( ) Doing business with the State of Maryland is simply too complicated. (Explain in

REMARKS section.)( ) We cannot be competitive. (Explain in REMARKS section.)( ) Time allotted for completion of the Bid/Proposal is insufficient.( ) Start-up time is insufficient.( ) Bonding/Insurance requirements are restrictive. (Explain in REMARKS section.)( ) Bid/Proposal requirements (other than specifications) are unreasonable or too risky.

(Explain in REMARKS section.)( ) MBE or VSBE requirements. (Explain in REMARKS section.)( ) Prior State of Maryland contract experience was unprofitable or otherwise unsatisfactory.

(Explain in REMARKS section.)( ) Payment schedule too slow.( ) Other:__________________________________________________________________

2. If you have submitted a response to this solicitation, but wish to offer suggestions or express concerns, please use the REMARKS section below. (Attach additional pages as needed.).

REMARKS: ____________________________________________________________________________________

____________________________________________________________________________________

Vendor Name: ___________________________________________ Date: _______________________

Contact Person: _________________________________ Phone (____) _____ - _________________

Address: ______________________________________________________________________

E-mail Address: ________________________________________________________________

2

Page 3: Services Procurement Solicitation Templatedhcd.maryland.gov/.../204CIFProposalFinalJune26.docx  · Web view1.1Summary Statement. ... including approval by the Board of Public Works,

STATE OF MARYLANDDEPARTMENT OF HOUSING AND COMMUNITY DEVELOPMENT

(DHCD)RFP KEY INFORMATION SUMMARY SHEET

Request for Proposals: Additional Weatherization Plus Lead Hazard Services Contractors - BGE Service Territory

Solicitation Number: S00R5400013

RFP Issue Date: June 26, 2015

RFP Issuing Office: DEPARTMENT OF HOUSING AND COMMUNITY DEVELOPMENT (DHCD)

Procurement Officer: Michael ConawayDepartment of Housing and Community Development7800 Harkins Road Lanham, MD 20706Phone: 301-429-7570 e-mail: [email protected]

Contract Monitor: Colin ChoneyDepartment of Housing and Community Development

Proposals are to be sent to: Department of Housing and Community Development7800 Harkins Road – Room 254Lanham, MD 20706Attention: Michael Conaway

Pre-Proposal Conference: July 9, 2015 10:00 a.m. Local TimeDepartment of Housing and Community Development7800 Harkins Road – Room 254Lanham, MD 20706

Closing Date and Time: July 29, 2015, 2:00 p.m. Local Time

MBE Subcontracting Goal: 29 %

VSBE Subcontracting Goal: 0 %

3

Page 4: Services Procurement Solicitation Templatedhcd.maryland.gov/.../204CIFProposalFinalJune26.docx  · Web view1.1Summary Statement. ... including approval by the Board of Public Works,

Table of Contents

SECTION 1 - GENERAL INFORMATION..............................................................................7

1.1 Summary Statement..........................................................................................................71.2 Abbreviations and Definitions..........................................................................................71.3 Contract Type...................................................................................................................91.4 Contract Duration.............................................................................................................91.5 Procurement Officer.......................................................................................................101.6 Contract Monitor............................................................................................................101.7 Pre-Proposal Conference................................................................................................101.8 eMarylandMarketplace...................................................................................................101.9 Questions........................................................................................................................111.10 Procurement Method......................................................................................................111.11 Proposals Due (Closing) Date and Time........................................................................111.12 Multiple or Alternate Proposals......................................................................................121.13 Economy of Preparation.................................................................................................121.14 Public Information Act Notice.......................................................................................121.15 Award Basis and Assignment of Work..........................................................................121.16 Oral Presentation............................................................................................................121.17 Duration of Proposal.......................................................................................................121.18 Revisions to the RFP......................................................................................................121.19 Cancellations..................................................................................................................131.20 Incurred Expenses..........................................................................................................131.21 Protest/Disputes..............................................................................................................131.22 Offeror Responsibilities..................................................................................................131.23 Substitution of Personnel................................................................................................141.24 Mandatory Contractual Terms........................................................................................161.25 Bid/Proposal Affidavit....................................................................................................161.26 Contract Affidavit...........................................................................................................161.27 Compliance with Laws/Arrearages................................................................................171.28 Verification of Registration and Tax Payment...............................................................171.29 False Statements.............................................................................................................171.30 Payments by Electronic Funds Transfer.........................................................................171.31 Prompt Payment Policy..................................................................................................181.32 Electronic Procurements Authorized..............................................................................181.33 Minority Business Enterprise Goals...............................................................................191.34 Living Wage Requirements............................................................................................221.35 Federal Funding Acknowledgement...............................................................................231.36 Conflict of Interest Affidavit and Disclosure.................................................................231.37 Non-Disclosure Agreement............................................................................................231.38 HIPAA - Business Associate Agreement.......................................................................231.39 Nonvisual Access...........................................................................................................231.40 Mercury and Products That Contain Mercury................................................................231.41 Veteran-Owned Small Business Enterprise Goal...........................................................231.42 Location of the Performance of Services Disclosure.....................................................231.43 Department of Human Resources (DHR) Hiring Agreement........................................23

4

Page 5: Services Procurement Solicitation Templatedhcd.maryland.gov/.../204CIFProposalFinalJune26.docx  · Web view1.1Summary Statement. ... including approval by the Board of Public Works,

1.44 Small Business Reserve (SBR) Procurement.................................................................24

SECTION 2 – MINIMUM QUALIFICATIONS......................................................................25

2.1 Offeror Minimum Qualifications...................................................................................25

SECTION 3 – SCOPE OF WORK............................................................................................26

3.1 Background and Purpose................................................................................................263.2 Scope of Work - Requirements......................................................................................263.3 Security Requirements....................................................................................................333.4 Insurance Requirements.................................................................................................333.5 Problem Escalation Procedure........................................................................................343.6 Invoicing.........................................................................................................................353.7 MBE Reports..................................................................................................................363.8 VSBE Reports................................................................................................................363.9 SOC 2 Type 2 Audit Report...........................................................................................363.10 End of Contract Transition............................................................................................36

SECTION 4 – PROPOSAL FORMAT......................................................................................37

4.1 Two Part Submission......................................................................................................374.2 Proposals.........................................................................................................................374.3 Delivery..........................................................................................................................374.4 Volume I – Technical Proposal......................................................................................384.5 Volume II – Financial Proposal......................................................................................44

SECTION 5 – EVALUATION COMMITTEE, EVALUATION CRITERIA, AND SELECTION PROCEDURE......................................................................................................44

5.1 Evaluation Committee....................................................................................................455.2 Technical Proposal Evaluation Criteria..........................................................................455.3 Financial Proposal Evaluation Criteria...........................................................................455.4 Reciprocal Preference.....................................................................................................455.5 Selection Procedures......................................................................................................465.6 Documents Required upon Notice of Recommendation for Contract Award................47

RFP ATTACHMENTS...............................................................................................................48

ATTACHMENT A – CONTRACT..........................................................................................50ATTACHMENT B – BID/PROPOSAL AFFIDAVIT.........................................................62ATTACHMENT C – CONTRACT AFFIDAVIT................................................................70ATTACHMENTS D – MINORITY BUSINESS ENTERPRISE FORMS..............................73

PROJECT/CONTRACT NUMBER..........................................................................................76

MDOT Certification # Telephone #...........................................................................85

SOLICITATION NUMBER.......................................................................................................86

SOLICITATION NUMBER.......................................................................................................87

SOLICITATION NUMBER.......................................................................................................88

SOLICITATION NUMBER.......................................................................................................89

5

Page 6: Services Procurement Solicitation Templatedhcd.maryland.gov/.../204CIFProposalFinalJune26.docx  · Web view1.1Summary Statement. ... including approval by the Board of Public Works,

ATTACHMENT E – PRE-PROPOSAL CONFERENCE RESPONSE FORM......................95ATTACHMENT F – FINANCIAL PROPOSAL INSTRUCTIONS.......................................96ATTACHMENT F – FINANCIAL PROPOSAL FORM.........................................................97ATTACHMENT G – LIVING WAGE REQUIREMENTS FOR SERVICE CONTRACTS..99ATTACHMENT H - FEDERAL FUNDS ATTACHMENT..................................................103ATTACHMENT I – CONFLICT OF INTEREST AFFIDAVIT AND DISCLOSURE........103ATTACHMENT J – NON-DISCLOSURE AGREEMENT...................................................103ATTACHMENT K – HIPAA BUSINESS ASSOCIATE AGREEMENT.............................103ATTACHMENT L – MERCURY AFFIDAVIT....................................................................103ATTACHMENTS M – VETERAN-OWNED SMALL BUSINESS ENTERPRISE.............103ATTACHMENT N – LOCATION OF THE PERFORMANCE OF SERVICES DISCLOSURE........................................................................................................................103ATTACHMENT O – DHR HIRING AGREEMENT.............................................................103

EXHIBIT 1- STATE WEATHERIZATION CONTRACTOR PROGRAM OPERATIONS MANUAL-(SWC-POM)

6

Page 7: Services Procurement Solicitation Templatedhcd.maryland.gov/.../204CIFProposalFinalJune26.docx  · Web view1.1Summary Statement. ... including approval by the Board of Public Works,

SECTION 1 - GENERAL INFORMATION

1.1 Summary Statement

1.1.1 The Department is issuing this Request for Proposals (RFP seeking proposals from qualified offerors to provide lead paint abatement and weatherization services under the Customer Investment Fund (CIF) and other energy efficiency programs as determined appropriate by DHCD to supplement an existing Contract for the State that has exceeded demand and requires additional support in the BGE territory. Services will be provided for eligible single family households in the Baltimore Gas and Electric (BG&E) utility service region, with the exception of Baltimore City. Specific qualifications and services to be provided are outlined in Section 3 of this Request for Proposals (RFP).

1.1.2 It is the State’s intention to obtain services, as specified in this RFP, from a Contract between the selected Offeror(s) and the State. The anticipated duration of services to be provided under this Contract is June 30, 2017. See Section 1.4 for more information.

1.1.3 The Department intends to make up to five (5) awards as a result of this RFP.

1.1.4 An Offeror, either directly or through its subcontractor(s), must be able to provide all services and meet all of the requirements requested in this solicitation and the successful Offeror (the Contractor) shall remain responsible for Contract performance regardless of subcontractor participation in the work. If multiple contractors are awarded contracts, DHCD will assign work to the Contractors as needed based upon assignment that is most advantageous to the State.

1.2 Abbreviations and Definitions

For purposes of this RFP, the following abbreviations or terms have the meanings indicated below:

a. Business Day(s) – The official working days of the week to include Monday through Friday. Official working days exclude State Holidays (see definition of “Normal State Business Hours” below).

b. CIF – Customer Investment Fund.

c. COMAR – Code of Maryland Regulations available on-line at www.dsd.state.md.us.

d. Contract – The Contract awarded to the successful Offeror pursuant to this RFP. The Contract will be in the form of Attachment A.

e. Contract Commencement - The date the Contract is signed by the Department following any required approvals of the Contract, including approval by the Board of Public Works, if such approval is required. See Section 1.4.

f. Contract Monitor (CM) – The State representative for this Contract who is primarily responsible for Contract administration functions, including issuing written direction, invoice approval, monitoring this Contract to ensure compliance with the terms and conditions of the Contract, monitoring MBE and VSBE compliance, and achieving completion of the Contract on budget, on time, and within scope. The Contract Monitor may authorize in writing one or more State representatives to act on behalf of the Contract Monitor in the performance of the Contract Monitor’s responsibilities.

7

Page 8: Services Procurement Solicitation Templatedhcd.maryland.gov/.../204CIFProposalFinalJune26.docx  · Web view1.1Summary Statement. ... including approval by the Board of Public Works,

g. Contractor – The selected Offeror that is awarded a Contract by the State.

h. Department or DHCD – Department of Housing and Community Development

i. eMM – eMaryland Marketplace (see RFP Section 1.8).

j. Go-Live Date – The date, as specified in the Notice to Proceed, when the Contractor must begin providing all services required by this solicitation. See Section 1.4.

k. Key Personnel – All personnel identified by the Offeror in its Proposal that are essential to the work being performed under the Contract. See RFP Sections 1.23 and 4.4.2.7.

l. Local Time – Time in the Eastern Time Zone as observed by the State of Maryland. Unless otherwise specified, all stated times shall be Local Time, even if not expressly designated as such.

m. Minority Business Enterprise (MBE) – Any legal entity certified as defined at COMAR 21.01.02.01B(54) which is certified by the Maryland Department of Transportation under COMAR 21.11.03.

n. Normal State Business Hours - Normal State business hours are 8:00 a.m. – 5:00 p.m. Monday through Friday except State Holidays, which can be found at: www.dbm.maryland.gov – keyword: State Holidays.

o. Notice to Proceed (NTP) – A written notice from the Procurement Officer that, subject to the conditions of the Contract, work under the Contract is to begin as of a specified date.  The start date listed in the NTP is the Go Live Date, and is the official start date of the Contract for the actual delivery of services as described in this solicitation.  After Contract Commencement, additional NTPs may be issued by either the Procurement Officer or the Department Contract Monitor regarding the start date for any service included within this solicitation with a delayed or non-specified implementation date.

p. Offeror – An entity that submits a Proposal in response to this RFP.

q. Procurement Officer – Prior to the award of any Contract, the sole point of contact in the State for purposes of this solicitation. After Contract award, the Procurement Officer has responsibilities as detailed in the Contract (Attachment A), including being the only State representative who can authorize changes to the Contract. The Department may change the Procurement Officer at any time by written notice to the Contractor.

r. Proposal – As appropriate, either or both of an Offeror’s Technical or Financial Proposal.

s. Request for Proposals (RFP) – This Request for Proposals issued by the Department of housing and Community Development, Solicitation Number S00R5400013 dated June 19, 2015, including any addenda.

t. State – The State of Maryland.

u. SWC – State Weatherization Contractor.

v. Price Confirmation - The Offeror’s confirmation for services in response to this solicitation, included in the Financial Proposal Form- Attachment F – , and used in the financial proposal evaluation criteria (see RFP Section 5.3).

w. Veteran-owned Small Business Enterprise (VSBE) – a business that is verified by the Center for Verification and Evaluation (CVE) of the United States Department of Veterans Affairs as a veteran-owned small business. See Code of Maryland Regulations (COMAR) 21.11.13.

8

Page 9: Services Procurement Solicitation Templatedhcd.maryland.gov/.../204CIFProposalFinalJune26.docx  · Web view1.1Summary Statement. ... including approval by the Board of Public Works,

1.3 Contract Type

The Contract resulting from this solicitation shall be an indefinite quantity type with fixed unit prices as defined by COMAR 21.06.03.06 A (2) with adjustments as defined in COMAR 21.06.03.02A (2) & (3).

Price adjustments per COMAR 21.06.03.02 A (3) are allowed for the following scenarios.

Under the vast majority of cases, the prices will be fixed. In the rare circumstance when additional equipment or procedures are necessary, the Contractor may make requests which require a higher installation cost due to unusual variables present at the installation site. The Contract Monitor must approve, in advance of installation, any scenario requiring a cost in excess of the standard measure price.  Examples for increased costs could include unusually dangerous or difficult access to a measure that requires specialized equipment that is not typical for installing the measure (i.e. a lift). Requests to exceed prices on the list due to variables at the time of installation should be limited and rare.  Approval to exceed an agreed upon measure price will be equally rare. Each approval is for a single measure only unless otherwise noted. Approval to exceed a measure cost on a single job will not be seen as precedent to exceed the measure cost on any other jobs regardless of similarity.   All requests to exceed measure pricing must come in the form of a written justification and must include significant backup documentation in the form of product and/or equipment specifications, and as appropriate, detailed photographic evidence. All requests will be reviewed on a case-by-case basis.  

Approvals or denials by the Contract Monitor will be made in writing via email to the Contractor within 10 days of the request.

1.4 Contract Duration

1.4.1 The Contract that results from this solicitation shall commence as of the date the Contract is signed by the Department following any required approvals of the Contract, including approval by the Board of Public Works, if such approval is required (“Contract Commencement”).

1.4.2 The period of time from the date of Contract Commencement through the Go-Live Date (see Section 1.2 definition and Section 1.4.3) will be the Contract “Start-up Period.”  During the Start-up Period the Contractor shall perform start-up activities such as are necessary to enable the Contractor to begin the successful performance of Contract activities as of the Go-Live Date. No compensation will be paid to the Contractor for any activities it performs during the Start-up Period.

1.4.3 As of the Go-Live Date contained in a Notice to Proceed (see Section 1.2 definition), anticipated to be on or about September 1, 2015, the Contractor shall perform all activities required by the Contract, including the requirements of this solicitation, and the offerings in its Technical Proposal, for the compensation described in its Financial Proposal.

1.4.4 The duration of the Contract will be for the period of time from Contract Commencement to the Go-Live Date (the Start-Up Period as described in Section 1.4.2) until May 31, 2017.

1.4.5 The Contractor’s obligations to pay invoices to subcontractors that provided services during the Contract term, as well as the audit, confidentiality, document retention, and indemnification obligations of the Contract (see Attachment A) shall survive expiration or termination of the Contract and continue in effect until all such obligations are satisfied.

9

Page 10: Services Procurement Solicitation Templatedhcd.maryland.gov/.../204CIFProposalFinalJune26.docx  · Web view1.1Summary Statement. ... including approval by the Board of Public Works,

1.5 Procurement Officer

The sole point of contact in the State for purposes of this solicitation prior to the award of any Contract is the Procurement Officer at the address listed below:

Michael ConawayProcurement DirectorDepartment of Housing and Community Development7800 Harkins RoadLanham, MD 20706Phone Number: 301-429-7570E-mail: [email protected]

The Department may change the Procurement Officer at any time by written notice.

1.6 Contract Monitor

The Contract Monitor is:

Colin ChoneyContract MonitorDepartment of Housing and Community Development7800 Harkins RoadLanham, MD 20706

Phone Number: 301-429-7794E-mail: [email protected]

The Department may change the Contract Monitor at any time by written notice.

1.7 Pre-Proposal Conference

A Pre-Proposal Conference (the Conference) will be held on July 9, 2015 beginning at 10:00 a.m. Local Time, at DHCD, 7800 Harkins Road, Lanham, MD, Main Conference Room. All prospective Offerors are encouraged to attend in order to facilitate better preparation of their Proposals.

The Conference will be summarized. As promptly as is feasible subsequent to the Conference, a summary of the Conference and all questions and answers known at that time will be distributed to all prospective Offerors known to have received a copy of this RFP. This summary, as well as the questions and answers, will also be posted on eMaryland Marketplace. See RFP Section 1.8.

In order to assure adequate seating and other accommodations at the Conference, please e-mail or mail, the Pre-Proposal Conference Response Form to the attention of the Procurement Officer no later than 4:00 p.m. Local Time on July 7, 2015. The Pre-Proposal Conference Response Form is included as Attachment E to this RFP. In addition, if there is a need for sign language interpretation and/or other special accommodations due to a disability, please notify the Procurement Officer no later than June 26, 2015. The Department will make a reasonable effort to provide such special accommodation.

1.8 eMarylandMarketplace

10

Page 11: Services Procurement Solicitation Templatedhcd.maryland.gov/.../204CIFProposalFinalJune26.docx  · Web view1.1Summary Statement. ... including approval by the Board of Public Works,

Each Offeror is requested to indicate its eMaryland Marketplace (eMM) vendor number in the Transmittal Letter (cover letter) submitted at the time of its Proposal submission to this RFP.

eMM is an electronic commerce system administered by the Maryland Department of General Services. In addition to using the DHCD website (http://www.mdhousing.org/Website/Procure/Default.aspx ) and possibly other means for transmitting the RFP and associated materials, the solicitation and summary of the Pre-Proposal Conference, Offeror questions and the Procurement Officer’s responses, addenda, and other solicitation-related information will be provided via eMM.

In order to receive a contract award, a vendor must be registered on eMM. Registration is free. Go to https://emaryland.buyspeed.com/bso/login.jsp, click on “Register” to begin the process, and then follow the prompts.

1.9 Questions

Written questions from prospective Offerors will be accepted by the Procurement Officer prior to the Conference. If possible and appropriate, such questions will be answered at the Conference. (No substantive question will be answered prior to the Conference.) Questions to the Procurement Officer shall be submitted via e-mail to the following e-mail address: [email protected]. Please identify in the subject line the Solicitation Number and Title. Questions, both oral and written, will also be accepted from prospective Offerors attending the Conference. If possible and appropriate, these questions will be answered at the Conference.

Questions will also be accepted subsequent to the Conference and should be submitted to the Procurement Officer (see above email address) in a timely manner prior to the Proposal due date. Questions are requested to be submitted at least five (5) days prior to the Proposal due date. The Procurement Officer, based on the availability of time to research and communicate an answer, shall decide whether an answer can be given before the Proposal due date. Time permitting, answers to all substantive questions that have not previously been answered, and are not clearly specific only to the requestor, will be distributed to all vendors that are known to have received a copy of the RFP in sufficient time for the answer to be taken into consideration in the Proposal.

1.10 Procurement Method

This Contract will be awarded in accordance with the Competitive Sealed Proposals method under COMAR 21.05.03.

1.11 Proposals Due (Closing) Date and Time

Proposals, in the number and form set forth in Section 4.2 “Proposals” must be received by the Procurement Officer at the address listed on the Key Information Summary Sheet, no later than 2:00 p.m. Local Time on July 29, 2015 in order to be considered.

Requests for extension of this time or date will not be granted. Offerors mailing Proposals should allow sufficient mail delivery time to ensure timely receipt by the Procurement Officer. Except as provided in COMAR 21.05.03.02.F and 21.05.02.10, Proposals received after the due date and time listed in this section will not be considered.

Proposals may be modified or withdrawn by written notice received by the Procurement Officer before the time and date set forth in this section for receipt of Proposals.

Proposals may not be submitted by e-mail or facsimile. Proposals will not be opened publicly.

11

Page 12: Services Procurement Solicitation Templatedhcd.maryland.gov/.../204CIFProposalFinalJune26.docx  · Web view1.1Summary Statement. ... including approval by the Board of Public Works,

Vendors not responding to this solicitation are requested to submit the “Notice to Vendors” form, which includes company information and the reason for not responding (e.g., too busy, cannot meet mandatory requirements, etc.). This form is located in the RFP immediately following the Title Page (page ii).

1.12 Multiple or Alternate Proposals

Multiple and/or alternate Proposals will not be accepted.

1.13 Economy of Preparation

Proposals should be prepared simply and economically and provide a straightforward and concise description of the Offeror’s Proposal to meet the requirements of this RFP.

1.14 Public Information Act Notice

An Offeror should give specific attention to the clear identification of those portions of its Proposal that it considers confidential and/or proprietary commercial information or trade secrets, and provide justification why such materials, upon request, should not be disclosed by the State under the Public Information Act, Md. Code Ann., General Provisions Article, Title 4. (Also, see RFP Section 4.4.3.2 “Claim of Confidentiality”). This confidential and/or proprietary information should be identified by page and section number and placed after the Title Page and before the Table of Contents in the Technical Proposal and if applicable, separately in the Financial Proposal.

Offerors are advised that, upon request for this information from a third party, the Procurement Officer is required to make an independent determination whether the information must be disclosed.

1.15 Award Basis and Assignment of Work

If multiple contractors are awarded contracts, DHCD will assign work to the Contractors as needed based upon assignment that is most advantageous to the State. Work will be assigned according to DHCD’s needs. Contractor performance, workload, and capacity will also be considered.

1.16 Oral Presentation

Offerors may be required to make oral presentations to State representatives. Offerors must confirm in writing any substantive oral clarification of, or change in, their Proposals made in the course of discussions. Any such written clarifications or changes then become part of the Offeror’s Proposal and are binding if the Contract is awarded. The Procurement Officer will notify Offerors of the time and place of oral presentations.

1.17 Duration of Proposal

Proposals submitted in response to this RFP are irrevocable for 120 days following the closing date for submission of Proposals or best and final offers if requested. This period may be extended at the Procurement Officer’s request only with the Offeror’s written agreement.

1.18 Revisions to the RFP

12

Page 13: Services Procurement Solicitation Templatedhcd.maryland.gov/.../204CIFProposalFinalJune26.docx  · Web view1.1Summary Statement. ... including approval by the Board of Public Works,

If it becomes necessary to revise this RFP before the due date for Proposals, the Department shall endeavor to provide addenda to all prospective Offerors that were sent this RFP or which are otherwise known by the Procurement Officer to have obtained this RFP. In addition, addenda to the RFP will be posted on the Department’s procurement web page and through eMM. It remains the responsibility of all prospective Offerors to check all applicable websites for any addenda issued prior to the submission of Proposals. Addenda made after the due date for Proposals will be sent only to those Offerors that submitted a timely Proposal and that remain under award consideration as of the issuance date of the addenda.

Acknowledgment of the receipt of all addenda to this RFP issued before the Proposal due date shall be included in the Transmittal Letter accompanying the Offeror’s Technical Proposal (see RFP Section 4.4.2.3). Acknowledgement of the receipt of addenda to the RFP issued after the Proposal due date shall be in the manner specified in the addendum notice. Failure to acknowledge receipt of an addendum does not relieve the Offeror from complying with the terms, additions, deletions, or corrections set forth in the addendum.

1.19 Cancellations

The State reserves the right to cancel this RFP, accept or reject any and all Proposals, in whole or in part, received in response to this RFP, to waive or permit the cure of minor irregularities, and to conduct discussions with all qualified or potentially qualified Offerors in any manner necessary to serve the best interests of the State. The State also reserves the right, in its sole discretion, to award a Contract based upon the written Proposals received without discussions or negotiations.

1.20 Incurred Expenses

The State will not be responsible for any costs incurred by any Offeror in preparing and submitting a Proposal, in making an oral presentation, in providing a demonstration, or in performing any other activities related to submitting a Proposal in response to this solicitation.

1.21 Protest/Disputes

Any protest or dispute related, respectively, to this solicitation or the resulting Contract shall be subject to the provisions of COMAR 21.10 (Administrative and Civil Remedies).

1.22 Offeror Responsibilities

The selected Offeror shall be responsible for all products and services required by this RFP. All subcontractors must be identified and a complete description of their role relative to the Proposal must be included in the Offeror’s Proposal. If applicable, subcontractors utilized in meeting the established MBE or VSBE participation goal(s) for this solicitation shall be identified as provided in the appropriate Attachment(s) of this RFP (see Section 1.33 “Minority Business Enterprise Goals” and Section 1.41 “Veteran-Owned Small Business Enterprise Goals”).

If an Offeror that seeks to perform or provide the services required by this RFP is the subsidiary of another entity, all information submitted by the Offeror, including but not limited to references, financial reports, or experience and documentation (e.g. insurance policies, bonds, letters of credit) used to meet minimum qualifications, if any, shall pertain exclusively to the Offeror, unless the parent organization will guarantee the performance of the subsidiary. If applicable, the Offeror shall submit with its Proposal an explicit statement, signed by an authorized representative of the parent organization, stating that the parent organization will guarantee the performance of the subsidiary.

A parental guarantee of the performance of the Offeror under this Section will not automatically result in crediting the Offeror with the experience and/or qualifications of the parent under any evaluation criteria pertaining to the Offeror’s

13

Page 14: Services Procurement Solicitation Templatedhcd.maryland.gov/.../204CIFProposalFinalJune26.docx  · Web view1.1Summary Statement. ... including approval by the Board of Public Works,

experience and qualifications. Instead, the Offeror will be evaluated on the extent to which the State determines that the experience and qualification of the parent are transferred to and shared with the Offeror, the parent is directly involved in the performance of the Contract, and the value of the parent’s participation as determined by the State.

1.23 Substitution of Personnel

A. Continuous Performance of Key Personnel

Unless substitution is approved per paragraphs B-D of this section, Key Personnel shall be the same personnel proposed in the Contractor’s Technical Proposal, which will be incorporated into the Contract by reference. Such identified Key Personnel shall perform continuously for the duration of the Contract, or such lesser duration as specified in the Technical Proposal. Key Personnel may not be removed by the Contractor from working under this Contract, as described in the RFP or the Contractor’s Technical Proposal, without the prior written approval of the Contract Monitor.

If the Contract is task order based, the provisions of this section apply to Key Personnel identified in each task order proposal and agreement.

B. Definitions

For the purposes of this section, the following definitions apply:

Extraordinary Personal Circumstance – means any circumstance in an individual’s personal life that reasonably requires immediate and continuous attention for more than fifteen (15) days and that precludes the individual from performing his/her job duties under this Contract. Examples of such circumstances may include, but are not limited to: a sudden leave of absence to care for a family member who is injured, sick, or incapacitated; the death of a family member, including the need to attend to the estate or other affairs of the deceased or his/her dependents; substantial damage to, or destruction of, the individual’s home that causes a major disruption in the individual’s normal living circumstances; criminal or civil proceedings against the individual or a family member; jury duty; and military service call-up.

Incapacitating – means any health circumstance that substantially impairs the ability of an individual to perform the job duties described for that individual’s position in the RFP or the Contractor’s Technical Proposal.

Sudden – means when the Contractor has less than thirty (30) days’ prior notice of a circumstance beyond its control that will require the replacement of any Key Personnel working under the Contract.

C. Key Personnel General Substitution Provisions

The following provisions apply to all of the circumstances of staff substitution described in paragraph D of this section.

1. The Contractor shall demonstrate to the Contract Monitor’s satisfaction that the proposed substitute Key Personnel have qualifications at least equal to those of the Key Personnel for whom the replacement is requested.

2. The Contractor shall provide the Contract Monitor with a substitution request that shall include: A detailed explanation of the reason(s) for the substitution request; The resume of the proposed substitute personnel, signed by the substituting individual and his/her

formal supervisor;

14

Page 15: Services Procurement Solicitation Templatedhcd.maryland.gov/.../204CIFProposalFinalJune26.docx  · Web view1.1Summary Statement. ... including approval by the Board of Public Works,

The official resume of the current personnel for comparison purposes; and Any evidence of any required credentials.

3. The Contract Monitor may request additional information concerning the proposed substitution. In addition, the Contract Monitor and/or other appropriate State personnel involved with the Contract may interview the proposed substitute personnel prior to deciding whether to approve the substitution request.

4. The Contract Monitor will notify the Contractor in writing of: (i) the acceptance or denial, or (ii) contingent or temporary approval for a specified time limit, of the requested substitution. The Contract Monitor will not unreasonably withhold approval of a requested Key Personnel replacement.

D. Replacement Circumstances

1. Voluntary Key Personnel Replacement

To voluntarily replace any Key Personnel, the Contractor shall submit a substitution request as described in paragraph C of this section to the Contract Monitor at least fifteen (15) days prior to the intended date of change. Except in a circumstance described in paragraph D.2 of this clause, a substitution may not occur unless and until the Contract Monitor approves the substitution in writing.

2. Key Personnel Replacement Due to Vacancy

The Contractor shall replace Key Personnel whenever a vacancy occurs due to the sudden termination, resignation, leave of absence due to an Extraordinary Personal Circumstance, Incapacitating injury, illness or physical condition, or death of such personnel. (A termination or resignation with thirty (30) days or more advance notice shall be treated as a Voluntary Key Personnel Replacement as per Section D.1 of this section.).

Under any of the circumstances set forth in this paragraph D.2, the Contractor shall identify a suitable replacement and provide the same information or items required under paragraph C of this section within fifteen (15) days of the actual vacancy occurrence or from when the Contractor first knew or should have known that the vacancy would be occurring, whichever is earlier.

3. Key Personnel Replacement Due to an Indeterminate Absence

If any Key Personnel has been absent from his/her job for a period of ten (10) days due to injury, illness, or other physical condition, leave of absence under a family medical leave, or an Extraordinary Personal Circumstance and it is not known or reasonably anticipated that the individual will be returning to work within the next twenty (20) days to fully resume all job duties, before the 25th day of continuous absence, the Contractor shall identify a suitable replacement and provide the same information or items to the Contract Monitor as required under paragraph C of this section.

However, if this person is available to return to work and fully perform all job duties before a replacement has been authorized by the Contract Monitor, at the option and sole discretion of the Contract Monitor, the original personnel may continue to work under the Contract, or the replacement personnel will be authorized to replace the original personnel, notwithstanding the original personnel’s ability to return.

4. Directed Personnel Replacement

a. The Contract Monitor may direct the Contractor to replace any personnel who are perceived as being unqualified, non-productive, unable to fully perform the job duties due to full or partial Incapacity or Extraordinary Personal Circumstance, disruptive, or known, or reasonably believed, to have committed a major infraction(s) of law, agency, or Contract requirements. Normally, a

15

Page 16: Services Procurement Solicitation Templatedhcd.maryland.gov/.../204CIFProposalFinalJune26.docx  · Web view1.1Summary Statement. ... including approval by the Board of Public Works,

directed personnel replacement will occur only after prior notification of problems with requested remediation, as described in paragraph 4.b. If after such remediation the Contract Monitor determines that the personnel performance has not improved to the level necessary to continue under the Contract, if at all possible at least fifteen (15) days notification of a directed replacement will be provided. However, if the Contract Monitor deems it necessary and in the State’s best interests to remove the personnel with less than fifteen (15) days’ notice, the Contract Monitor can direct the removal in a timeframe of less than fifteen (15) days, including immediate removal.

In circumstances of directed removal, the Contractor shall, in accordance with paragraph C of this section, provide a suitable replacement for approval within fifteen (15) days of the notification of the need for removal, or the actual removal, whichever occurs first.

b. If deemed appropriate in the discretion of the Contract Monitor, the Contract Monitor shall give written notice of any personnel performance issues to the Contractor, describing the problem and delineating the remediation requirement(s). The Contractor shall provide a written Remediation Plan within ten (10) days of the date of the notice and shall implement the Remediation Plan immediately upon written acceptance by the Contract Monitor. If the Contract Monitor rejects the Remediation Plan, the Contractor shall revise and resubmit the plan to the Contract Monitor within five (5) days, or in the timeframe set forth by the Contract Monitor in writing.

Should performance issues persist despite the approved Remediation Plan, the Contract Monitor will give written notice of the continuing performance issues and either request a new Remediation Plan within a specified time limit or direct the substitution of personnel whose performance is at issue with a qualified substitute, including requiring the immediate removal of the Key Personnel at issue.

Replacement or substitution of personnel under this section shall be in addition to, and not in lieu of, the State’s remedies under the Contract or which otherwise may be available at law or in equity.

1.24 Mandatory Contractual Terms

By submitting a Proposal in response to this RFP, an Offeror, if selected for award, shall be deemed to have accepted the terms and conditions of this RFP and the Contract, attached herein as Attachment A. Any exceptions to this RFP or the Contract shall be clearly identified in the Executive Summary of the Technical Proposal. A Proposal that takes exception to these terms may be rejected (see RFP Section 4.4.2.4).

1.25 Bid/Proposal Affidavit

A Proposal submitted by an Offeror must be accompanied by a completed Bid/Proposal Affidavit. A copy of this Affidavit is included as Attachment B of this RFP.

1.26 Contract Affidavit

All Offerors are advised that if a Contract is awarded as a result of this solicitation, the successful Offeror will be required to complete a Contract Affidavit. A copy of this Affidavit is included as Attachment C of this RFP. This Affidavit must be provided within five (5) Business Days of notification of proposed Contract award. This Contract Affidavit is also required to be submitted by the Contractor with any Contract renewal, including the exercise of any options or modifications that may extend the Contract term. For purposes of completing Section “B” of this Affidavit

16

Page 17: Services Procurement Solicitation Templatedhcd.maryland.gov/.../204CIFProposalFinalJune26.docx  · Web view1.1Summary Statement. ... including approval by the Board of Public Works,

(Certification of Registration or Qualification with the State Department of Assessments and Taxation), note that a business entity that is organized outside of the State of Maryland is considered to be a “foreign” business.

1.27 Compliance with Laws/Arrearages

By submitting a Proposal in response to this RFP, the Offeror, if selected for award, agrees that it will comply with all Federal, State, and local laws applicable to its activities and obligations under the Contract.

By submitting a response to this solicitation, each Offeror represents that it is not in arrears in the payment of any obligations due and owing the State, including the payment of taxes and employee benefits, and that it shall not become so in arrears during the term of the Contract if selected for Contract award.

1.28 Verification of Registration and Tax Payment

Before a business entity can do business in the State it must be registered with the State Department of Assessments and Taxation (SDAT). SDAT is located at State Office Building, Room 803, 301 West Preston Street, Baltimore, Maryland 21201. The SDAT website is http://sdatcert3.resiusa.org/ucc-charter/ .

It is strongly recommended that any potential Offeror complete registration prior to the due date for receipt of Proposals. An Offeror’s failure to complete registration with SDAT may disqualify an otherwise successful Offeror from final consideration and recommendation for Contract award.

1.29 False Statements

Offerors are advised that Md. Code Ann., State Finance and Procurement Article, § 11-205.1 provides as follows:

1.29.1 In connection with a procurement contract a person may not willfully:

(a) Falsify, conceal, or suppress a material fact by any scheme or device; (b) Make a false or fraudulent statement or representation of a material fact; or (c) Use a false writing or document that contains a false or fraudulent statement or entry of a material

fact.

1.29.2 A person may not aid or conspire with another person to commit an act under subsection (1) of this section.

1.29.3 A person who violates any provision of this section is guilty of a felony and on conviction is subject to a fine not exceeding $20,000 or imprisonment not exceeding five years or both.

1.30 Payments by Electronic Funds Transfer

By submitting a response to this solicitation, the Bidder/Offeror agrees to accept payments by electronic funds transfer (EFT) unless the State Comptroller’s Office grants an exemption. Payment by EFT is mandatory for contracts exceeding $200,000. The selected Bidder/Offeror shall register using the COT/GAD X-10 Vendor Electronic Funds (EFT) Registration Request Form. Any request for exemption must be submitted to the State Comptroller’s Office for approval at the address specified on the COT/GAD X-10 form, must include the business identification information as stated on the form, and must include the reason for the exemption. The COT/GAD X-10 form may be downloaded from the Comptroller’s website at:

17

Page 18: Services Procurement Solicitation Templatedhcd.maryland.gov/.../204CIFProposalFinalJune26.docx  · Web view1.1Summary Statement. ... including approval by the Board of Public Works,

http://comptroller.marylandtaxes.com/Government_Services/State_Accounting_Information/Static_Files/APM/gadx-10.pdf

1.31 Prompt Payment Policy

This procurement and the Contract(s) to be awarded pursuant to this solicitation are subject to the Prompt Payment Policy Directive issued by the Governor’s Office of Minority Affairs (GOMA) and dated August 1, 2008. Promulgated pursuant to Md. Code Ann., State Finance and Procurement Article, §§ 11-201, 13-205(a), and Title 14, Subtitle 3, and COMAR 21.01.01.03 and 21.11.03.01, the Directive seeks to ensure the prompt payment of all subcontractors on non-construction procurement contracts. The Contractor must comply with the prompt payment requirements outlined in the Contract, Section 31 “Prompt Payment” (see Attachment A). Additional information is available on GOMA’s website at: http://goma.maryland.gov/Documents/Legislation/PromptPaymentFAQs.pdf

1.32 Electronic Procurements Authorized

A. Under COMAR 21.03.05, unless otherwise prohibited by law, the Department may conduct procurement transactions by electronic means, including the solicitation, bidding, award, execution, and administration of a contract, as provided in Md. Code Ann., Maryland Uniform Electronic Transactions Act, Commercial Law Article, Title 21.

B. Participation in the solicitation process on a procurement contract for which electronic means has been authorized shall constitute consent by the Bidder/Offeror to conduct by electronic means all elements of the procurement of that Contract which are specifically authorized under the solicitation or the Contract.

C. “Electronic means” refers to exchanges or communications using electronic, digital, magnetic, wireless, optical, electromagnetic, or other means of electronically conducting transactions. Electronic means includes facsimile, e-mail, internet-based communications, electronic funds transfer, specific electronic bidding platforms (e.g., https://emaryland.buyspeed.com/bso/), and electronic data interchange.

D. In addition to specific electronic transactions specifically authorized in other sections of this solicitation (e.g., § 1.30 “Payments by Electronic Funds Transfer”) and subject to the exclusions noted in section E of this subsection, the following transactions are authorized to be conducted by electronic means on the terms described:

1. The Procurement Officer may conduct the procurement using eMM, e-mail, or facsimile to issue:

(a) the solicitation (e.g., the IFB/RFP); (b) any amendments; (c) pre-Bid/Proposal conference documents; (d) questions and responses; (e) communications regarding the solicitation or Bid/Proposal to any Bidder/Offeror or potential

Bidder/Offeror; (f) notices of award selection or non-selection; and (g) the Procurement Officer’s decision on any Bid protest or Contract claim.

2. A Bidder/Offeror or potential Bidder/Offeror may use e-mail or facsimile to:

(a) ask questions regarding the solicitation;

18

Page 19: Services Procurement Solicitation Templatedhcd.maryland.gov/.../204CIFProposalFinalJune26.docx  · Web view1.1Summary Statement. ... including approval by the Board of Public Works,

(b) reply to any material received from the Procurement Officer by electronic means that includes a Procurement Officer’s request or direction to reply by e-mail or facsimile, but only on the terms specifically approved and directed by the Procurement Officer;

(c) submit a "No Bid/Proposal Response" to the solicitation.

3. The Procurement Officer, the Contract Monitor, and the Contractor may conduct day-to-day Contract administration, except as outlined in Section E of this subsection utilizing e-mail, facsimile, or other electronic means if authorized by the Procurement Officer or Contract Monitor.

E. The following transactions related to this procurement and any Contract awarded pursuant to it are not authorized to be conducted by electronic means:

1. submission of initial Bids or Proposals; 2. filing of Bid Protests; 3. filing of Contract Claims; 4. submission of documents determined by the Department to require original signatures (e.g., Contract

execution, Contract modifications, etc.); or 5. any transaction, submission, or communication where the Procurement Officer has specifically directed

that a response from the Contractor or Bidder/Offeror be provided in writing or hard copy.

F. Any facsimile or e-mail transmission is only authorized to the facsimile numbers or e-mail addresses for the identified person as provided in the solicitation, the Contract, or in the direction from the Procurement Officer or Contract Monitor.

1.33 Minority Business Enterprise Goals

1.33.1 Establishment of Goal and Subgoals.

An overall MBE subcontractor participation goal of 29% of the total contract dollar amount as set forth in the Offeror’s Price Proposal (Attachment F), including all option years, if any, has been established for this procurement.

There are no MBE subcontractor participation subgoals for this procurement.

1.33.2 Attachments D-1 to D-5 – The following Minority Business Enterprise participation instructions, and forms are provided to assist Bidders/Offerors:

Attachment D-1A MBE Utilization and Fair Solicitation Affidavit & MBE Participation Schedule (must be submitted with Bid/Proposal)

Attachment D-1B Waiver GuidanceAttachment D-1C Good Faith Efforts Documentation to Support Waiver RequestAttachment D-2 Outreach Efforts Compliance Statement Attachment D-3A MBE Subcontractor Project Participation Certification Attachment D-3B MBE Prime Project Participation CertificationAttachment D-4A Prime Contractor Paid/Unpaid MBE Invoice ReportAttachment D-4B MBE Prime Contractor ReportAttachment D-5 Subcontractor/Contractor Unpaid MBE Invoice Report

1.33.3 A Bidder/Offeror shall include with its Bid/Proposal a completed MBE Utilization and Fair Solicitation Affidavit (Attachment D-1A) whereby:

19

Page 20: Services Procurement Solicitation Templatedhcd.maryland.gov/.../204CIFProposalFinalJune26.docx  · Web view1.1Summary Statement. ... including approval by the Board of Public Works,

(a) The Bidder/Offeror acknowledges the certified MBE participation goal and commits to make a good faith effort to achieve the goal and any applicable subgoals, or requests a waiver, and affirms that MBE subcontractors were treated fairly in the solicitation process; and

(b) The Bidder/Offeror responds to the expected degree of MBE participation, as stated in the solicitation,

by identifying the specific commitment of certified MBEs at the time of Bid/Proposal submission. The Bidder/Offeror shall specify the percentage of total contract value associated with each MBE subcontractor identified on the MBE participation schedule, including any work performed by the MBE Prime (including a Prime participating as a joint venture) to be counted towards meeting the MBE participation goals.

(c) A Bidder/Offeror requesting a waiver should review Attachment D-1B (Waiver Guidance) and D-1C (Good Faith Efforts Documentation to Support Waiver Request) prior to submitting its request.

If a Bidder/Offeror fails to submit a completed Attachment D-1A with the Bid/Proposal as required, the Procurement Officer shall determine that the Bid is non-responsive or the Proposal is not reasonably susceptible of being selected for award.

1.33.4 Bidders/Offerors are responsible for verifying that each MBE (including any MBE Prime and/or MBE Prime participating in a joint venture) selected to meet the goal and any subgoals and subsequently identified in Attachment D-1A is appropriately certified and has the correct NAICS codes allowing it to perform the committed work.

1.33.5 Within ten (10) Business Days from notification that it is the recommended awardee or from the date of the actual award, whichever is earlier, the Bidder/Offeror must provide the following documentation to the Procurement Officer.

(a) Outreach Efforts Compliance Statement (Attachment D-2).

(b) MBE Subcontractor/Prime Project Participation Certification (Attachment D-3A/3B).

(c) If the recommended awardee believes a waiver (in whole or in part) of the overall MBE goal or of any applicable subgoal is necessary, the recommended awardee must submit a fully-documented waiver request that complies with COMAR 21.11.03.11.

(d) Any other documentation required by the Procurement Officer to ascertain Bidder/Offeror responsibility in connection with the certified MBE subcontractor participation goal or any applicable subgoals.

If the recommended awardee fails to return each completed document within the required time, the Procurement Officer may determine that the recommended awardee is not responsible and, therefore, not eligible for Contract award. If the Contract has already been awarded, the award is voidable.

1.33.6 A current directory of certified MBEs is available through the Maryland State Department of Transportation (MDOT), Office of Minority Business Enterprise, 7201 Corporate Center Drive, Hanover, Maryland 21076. The phone numbers are (410) 865-1269, 1-800-544-6056, or TTY (410) 865-1342. The directory is also available on the MDOT website at http://mbe.mdot.state.md.us/directory/. The most current and up-to-date information on MBEs is available via this website. Only MDOT-certified MBEs may be used to meet the MBE subcontracting goals.

1.33.7 The Contractor, once awarded a Contract, will be responsible for submitting or requiring its subcontractor(s) to submit the following forms to provide the State with ongoing monitoring of MBE Participation:

(a) Attachment D-4A (Prime Contractor Paid/Unpaid MBE Invoice Report).

20

Page 21: Services Procurement Solicitation Templatedhcd.maryland.gov/.../204CIFProposalFinalJune26.docx  · Web view1.1Summary Statement. ... including approval by the Board of Public Works,

(b) Attachment D- 4B (MBE Prime Contractor Report, if applicable)(c) Attachment D-5 (MBE Subcontractor/Contractor Unpaid MBE Invoice Report).

1.33.8 A Bidder/Offeror that requested a waiver of the goal or any of the applicable subgoals will be responsible for submitting the Good Faith Efforts Documentation to Support Waiver Request (Attachment D-1C) and all documentation within ten (10) Business Days from notification that it is the recommended awardee or from the date of the actual award, whichever is earlier, as required in COMAR 21.11.03.11.

1.33.9  All documents, including the MBE Utilization and Fair Solicitation Affidavit & MBE Participation Schedule (Attachment D-1A), completed and submitted by the Bidder/Offeror in connection with its certified MBE participation commitment shall be considered a part of the resulting Contract and are hereby expressly incorporated into the Contract by reference thereto.  All of the referenced documents will be considered a part of the Bid/Proposal for order of precedence purposes (see Contract – Attachment A, Section 2.1).

1.33.10The Bidder/Offeror is advised that liquidated damages will apply in the event the Contractor fails to comply in good faith with the requirements of the MBE program and pertinent Contract provisions. (See Contract – Attachment A, Section 32).

1.33.11 As set forth in COMAR 21.11.03.12-1(D), when a certified MBE firm participates on a Contract as a Prime Contractor (including a joint-venture where the MBE firm is a partner), a procurement agency may count the distinct, clearly defined portion of the work of the contract that the certified MBE firm performs with its own work force towards fulfilling up to fifty-percent (50%) of the MBE participation goal (overall) and up to one hundred percent (100%) of not more than one of the MBE participation sub-goals, if any, established for the contract.

In order to receive credit for self-performance, an MBE Prime must list its firm in Section 4A of the MBE Participation Schedule (Attachment D-1A) and include information regarding the work it will self-perform. For the remaining portion of the overall goal and the sub-goals, the MBE Prime must also identify certified MBE subcontractors (see Section 4B of the MBE Participation Schedule (Attachment D-1A) used to meet those goals. If dually-certified, the MBE Prime can be designated as only one of the MBE sub-goal classifications but can self-perform up to 100% of the stated sub-goal.

As set forth in COMAR 21.11.03.12-1, once the Contract work begins, the work performed by a certified MBE firm, including an MBE Prime, can only be counted towards the MBE participation goal(s) if the MBE firm is performing a commercially useful function on the Contract.

1.33.12 With respect to Contract administration, the Contractor shall:

(a) Submit to the Department’s designated representative by the 10th of the month following the reporting period:

i. A Prime Contractor Paid/Unpaid MBE Invoice Report (Attachment D-4A) listing any unpaid invoices, over 45 days old, received from any certified MBE subcontractor, the amount of each invoice and the reason payment has not been made; and

ii. (If Applicable) An MBE Prime Contractor Report (Attachment D-4B) identifying an MBE Prime’s self-performing work to be counted towards the MBE participation goals.

(b) Include in its agreements with its certified MBE subcontractors a requirement that those subcontractors submit to the Department’s designated representative by the 10th of the month following the reporting period an MBE Subcontractor Paid/Unpaid Invoice Report (Attachment D-5) that identifies the Contract and lists all payments to the MBE subcontractor received from the Contractor in the preceding reporting period month, as well as any outstanding invoices, and the amounts of those invoices.

(c) Maintain such records as are necessary to confirm compliance with its MBE participation obligations.

21

Page 22: Services Procurement Solicitation Templatedhcd.maryland.gov/.../204CIFProposalFinalJune26.docx  · Web view1.1Summary Statement. ... including approval by the Board of Public Works,

These records must indicate the identity of certified minority and non-minority subcontractors employed on the Contract, the type of work performed by each, and the actual dollar value of work performed. Subcontract agreements documenting the work performed by all MBE participants must be retained by the Contractor and furnished to the Procurement Officer on request.

(d) Consent to provide such documentation as reasonably requested and to provide right-of-entry at reasonable times for purposes of the State’s representatives verifying compliance with the MBE participation obligations. Contractor must retain all records concerning MBE participation and make them available for State inspection for three years after final completion of the Contract.

(e) Upon completion of the Contract and before final payment and/or release of retainage, submit a final report in affidavit form and under penalty of perjury, of all payments made to, or withheld from MBE subcontractors.

1.34 Living Wage Requirements

Maryland law requires that Contractors meeting certain conditions pay a living wage to covered employees on State service contracts over $100,000. Maryland Code, State Finance and Procurement, § 18-101 et al. The Commissioner of Labor and Industry at the Department of Labor, Licensing and Regulation requires that a Contractor subject to the Living Wage law submit payroll records for covered employees and a signed statement indicating that it paid a living wage to covered employees; or receive a waiver from Living Wage reporting requirements. See COMAR 21.11.10.05.

If subject to the Living Wage law, Contractor agrees that it will abide by all Living Wage law requirements, including but not limited to reporting requirements in COMAR 21.11.10.05. Contractor understands that failure of Contractor to provide such documents is a material breach of the terms and conditions and may result in Contract termination, disqualification by the State from participating in State contracts, and other sanctions.

Additional information regarding the State’s living wage requirement is contained in Attachment G. Bidders/Offerors must complete and submit the Maryland Living Wage Requirements Affidavit of Agreement (Attachment G-1) with their Bid/Proposal. If a Bidder/Offeror fails to complete and submit the required documentation, the State may determine a Bidder/Offeror to be not responsible under State law.

Contractors and subcontractors subject to the Living Wage Law shall pay each covered employee at least the minimum amount set by law for the applicable Tier area. The specific living wage rate is determined by whether a majority of services take place in a Tier 1 Area or Tier 2 Area of the State. The Tier 1 Area includes Montgomery, Prince George’s, Howard, Anne Arundel and Baltimore Counties, and Baltimore City. The Tier 2 Area includes any county in the State not included in the Tier 1 Area. In the event that the employees who perform the services are not located in the State, the head of the unit responsible for a State Contract pursuant to §18-102(d) of the State Finance and Procurement Article shall assign the tier based upon where the recipients of the services are located.

The Contract resulting from this solicitation will be determined to be a Tier 1 Contract or a Tier 2 Contract depending on the location(s) from which the Contractor provides 50% or more of the services. The Bidder/Offeror must identify in its Bid/Proposal the location(s) from which services will be provided, including the location(s) from which 50% or more of the Contract services will be provided.

If the Contractor provides 50% or more of the services from a location(s) in a Tier 1 jurisdiction(s) the Contract will be a Tier 1 Contract.

If the Contractor provides 50% or more of the services from a location(s) in a Tier 2 jurisdiction(s), the Contract will be a Tier 2 Contract.

If the Contractor provides more than 50% of the services from an out-of-State location, the State agency determines the wage tier based on where the majority of the service recipients are located. In this circumstance, this Contract will be determined to be a Tier 1 Contract.

22

Page 23: Services Procurement Solicitation Templatedhcd.maryland.gov/.../204CIFProposalFinalJune26.docx  · Web view1.1Summary Statement. ... including approval by the Board of Public Works,

Information pertaining to reporting obligations may be found by going to the Maryland Department of Labor, Licensing and Regulation (DLLR) website http://www.dllr.state.md.us/labor/prev/livingwage.shtml.

NOTE: Whereas the Living Wage may change annually, the Contract price may not be changed because of a Living Wage change.

1.35 Federal Funding Acknowledgement

This Contract does not contain Federal funds.

1.36 Conflict of Interest Affidavit and Disclosure

A Conflict of Interest Affidavit is not required pursuant to COMAR 21.05.08.08(F) for this procurement. An Offeror is required to disclose to the Procurement Officer any actual or potential conflict of interest as it arises, before or after award, in accordance with COMAR 21.05.08.08.

1.37 Non-Disclosure Agreement

A Non-Disclosure Agreement is not required for this procurement.

1.38 HIPAA - Business Associate Agreement

A HIPAA Business Associate Agreement is not required for this procurement.

1.39 Nonvisual Access

This solicitation does not contain Information Technology (IT) provisions requiring Nonvisual Access.

1.40 Mercury and Products That Contain Mercury

This solicitation does not include the procurement of products known to likely include mercury as a component.

1.41 Veteran-Owned Small Business Enterprise Goal

There is no Veteran-Owned Small Business Enterprise (VSBE) participation goal for this procurement.

1.42 Location of the Performance of Services Disclosure

This solicitation does not require a Location of the Performance of Services Disclosure.

1.43 Department of Human Resources (DHR) Hiring Agreement

This solicitation does not require a DHR Hiring Agreement.

23

Page 24: Services Procurement Solicitation Templatedhcd.maryland.gov/.../204CIFProposalFinalJune26.docx  · Web view1.1Summary Statement. ... including approval by the Board of Public Works,

1.44 Small Business Reserve (SBR) Procurement

This solicitation is not designated as a Small Business Reserve (SBR) Procurement.

24

Page 25: Services Procurement Solicitation Templatedhcd.maryland.gov/.../204CIFProposalFinalJune26.docx  · Web view1.1Summary Statement. ... including approval by the Board of Public Works,

SECTION 2 – MINIMUM QUALIFICATIONS

2.1 Offeror Minimum Qualifications The following qualifications must be met to be considered:

A. The Offeror or key personnel proposed by the Offeror to be providing services to DHCD, or a combination of Offeror and said key personnel, shall have at least three (3) years of experience:

1. Providing weatherization services as described in Section 3 of this RFP; and

2. Providing lead hazard services as described in Section 3 of this RFP.

3. Have the financial capacity to provide weatherization services and lead inspection and abatement for not less than fifteen (15) housing units each month.

As proof of experience and capability, provide at least reference attesting to the above.

B. The Offeror shall:

1. Be licensed in good standing by the Maryland Home Improvement Commission Board (MHIC) and have an MHIC number;

2. Have at least one employee or subcontractor who is accredited by the Maryland Department of Environment (MDE) to perform lead based paint risk assessments and inspections; and

3. Guarantee that all field workers possess an email address and a computer with access to the Internet.

As proof of these requirements, provide licensure and state confirmation to for B 3.

C. Any combination of at least two employees of the Offeror’s firm shall have the following additional certifications/licenses:

1. State of Maryland certification for Lead Repair, Renovation and Painting (RRP) from one of US Environmental Protection Agency (EPA) accredited training providers;

2. Building Analyst Professional Certification from the Building Performance Institute, Inc. (BPI);

3. Certification of weatherization training received 2009 or later that meets the U. S. Department of Energy (DOE) core competencies, per DHCD requirements; and

4. Occupational Safety and Health Administration (OSHA) 10 certification.

As proof of requirements, provide licensures for at least two employees.

25

Page 26: Services Procurement Solicitation Templatedhcd.maryland.gov/.../204CIFProposalFinalJune26.docx  · Web view1.1Summary Statement. ... including approval by the Board of Public Works,

SECTION 3 – SCOPE OF WORK

3.1 Background and Purpose

DHCD received funding for its “Targeted and Enhanced Weatherization Program”1 (“Program”) through the Customer Investment Fund (CIF), established through order no. 84698 by the Maryland Public Service Commission under the merger settlement between Exelon and the Constellation Energy Group, Inc. The goal of the Customer Investment Fund is to “focus on longer-term benefits for low-income customers, homeowners and businesses by creating new and incremental opportunities for energy assistance and energy efficiency” within the Baltimore Gas and Electric (BGE) service territory.2 DHCD’s “Targeted and Enhanced Weatherization Program”, approved as part of the Customer Investment Fund, will target low-income, high energy use residential customers (who cannot be assisted through other programs because of significant household health and safety issues) for enhanced weatherization services and furnace replacement. The enhanced weatherization services include additional health and safety measures beyond what is allowable by existing programs, such as lead hazard reduction, mold remediation and repair of structural deficiencies. This RFP seeks to procure contractors who, with their subcontractors, who can perform weatherization work, lead hazard reduction and other health and safety home repairs for the CIF-funded “Targeted, Enhanced Weatherization Program” as described in the POM.

3.2 Scope of Work - Requirements

A. State Weatherization Contractor Program Operations Manual (SWC-POM), as may be amended from time to time, provides information concerning what is required of the Contractor for weatherization services. The Contractor shall provide services as detailed in the SWC-POM, attached as Exhibit I.

B. Weatherization. Weatherization services for each housing unit may include one or more measures to improve the energy and thermal efficiency of the household unit and/or enhance the health and safety of the unit’s occupants. Commonly needed measures include insulating and air sealing the building shell and ductwork, installing ventilation fans, making minor structural repairs, and installing such items as thermostats, carbon monoxide detectors and smoke detectors.

C. Home Energy Audits. All comprehensive home energy audits shall be performed in accordance with DHCD guidelines, recognizing Building Performance Institute (BPI) standards and using DHCD’s audit tool. Individuals performing home energy audits shall be BPI certified building analyst professionals.

D. Lead Inspections and Risk Assessments.

All lead inspections and risk assessments shall be performed by Maryland Department of Environment (MDE) accredited lead–based paint risk assessors and inspectors.

The Contractor and/or its subcontractor(s) performing lead inspections and risk assessments shall be qualified to provide environmental consulting services necessary to comply with U. S. Department of Housing and Urban Development (HUD) regulation 24 CFR 35, et al. “Requirements for Notification,

1 Approved as part of Commission Order No. 85187(issued on November 8, 2012).2 Commission Order No. 84698 (issued February 17, 2012).

26

Page 27: Services Procurement Solicitation Templatedhcd.maryland.gov/.../204CIFProposalFinalJune26.docx  · Web view1.1Summary Statement. ... including approval by the Board of Public Works,

Evaluation and Reduction of Lead-Based Paint Hazards in Federally Owned Residential Property and Housing Receiving Federal Assistance; Final Rule” This regulation became effective on September 15, 2000 under Sections 1012 and 1013 of the Residential Lead-Based Paint Hazard Reduction Act of 1992, which is Title X of the Housing and Community Development Act of 1992. The regulation establishes greater emphasis on hazard reduction requirements that reduce lead in house dust. Housing built after January 1, 1978 is considered to be exempt from these regulations. The regulation protects young children from lead-based paint hazards in housing that is financially assisted by the federal government or being sold by the government.

Services shall include: (1) paint inspections; (2) risk assessments; and (3) clearance inspections as required for each assigned household unit built before January 1, 1978.

The Contractor shall coordinate temporary relocation of residents during lead services as needed for a period not to exceed fifteen (15) calendar days. The Contractor is responsible for paying for the relocation as part of the $15,000 lead hazard services.

E. General.

1. The Contractor shall:

a. Be the prime administrator and DHCD point of contact and shall not subcontract any administrative obligations, including but not limited to invoicing, submission of quarterly financial statements and other reporting requirements, and

b. Maintain an active role in each job assigned.

2. The Contractor shall submit any work order with a projected cost that exceeds the pricing listed below to the DHCD Contract Monitor identified in Section 1.6 for approval prior to the commencement of work.

a. Not to Exceed $6,700 for Weatherization and Health and Safety Services.

b. Not to Exceed $15,000 for Lead Hazard Services (assessment, relocation, mitigation, and certification). Assessment not to exceed $500 without prior written consent from the Contract Monitor identified in Section 1.6.

3. DHCD shall inspect a minimum of 10% of completed units for quality assurance.

4. The Contractor shall perform quality control inspections on 100% of completed units.

5. The Contractor shall provide lead free or lead safe certification to comply with Federal, State, or local jurisdictions as required.

6. The Contractor shall submit invoices through the energy audit tool application and software to the DHCD Contract Monitor for review and payment.

7. Final payment shall be processed after the Contract Monitor’s approval of inspections and certifications as required.

27

Page 28: Services Procurement Solicitation Templatedhcd.maryland.gov/.../204CIFProposalFinalJune26.docx  · Web view1.1Summary Statement. ... including approval by the Board of Public Works,

F. Process Overview – Weatherization and Health and Safety Services to include Home Energy Audit Services.

1. DHCD shall determine household unit eligibility and distribute weatherization work to the Contractor using the energy software. The Contractor shall utilize the energy audit tool application and software for tracking, audits, work orders, quality control, and invoicing.

2. The Contractor shall be responsible for:

a. Scheduling and conducting an energy audit, in accordance with the State Weatherization Contractor Program Operations Manual (SWC-POM) standards, for each household unit assigned;

b. Energy Modeling the housing unit to identify measures as appropriate for each program;

c. Preparing a work order for each audited household unit detailing weatherization services to be provided using measures approved by DHCD and available through the energy software;

d. Completing work as indicated in the work order and according to Program requirements and procedures detailed in the SWC- POM (Exhibit I);

e. Providing technical diagnostic testing in accordance with Building Performance Institute (BPI) standards, including blower door testing, combustion safety analysis, and zonal pressure testing;

f. Arranging for the delivery of specialty services, including but not limited to those provided by licensed plumbers, electricians, and HVAC personnel; and

g. Inspection by a BPI certified building analyst professional of 100% of the work to verify quality control and completion as indicated in the work order.

G. Process Overview - Lead Hazard Services.

1. The Contractor shall be responsible for scheduling and conducting a lead risk assessment and providing a lead free or safe certification for each assigned household unit built before January 1, 1978.

a. Paint Inspections. Paint inspections shall be performed by Maryland Department of Environment (MDE) accredited lead-based paint risk assessors and inspectors. The paint inspections shall meet or exceed the recommended protocol of the State of Maryland and the HUD guidelines for the Evaluation and Control of Lead-Based Paint in Housing (1997 - Chapter 7), the requirements of 24 CFR 35.1320 - Paint Inspections and Risk Assessments, and work practice standards under 40 CFR 745.227.

i. Testing of each property shall consist of a full lead paint inspection of interior and exterior areas using a single family testing protocol. DHCD shall require testing of all painted and varnished surfaces on the property up to 8' in height.

28

Page 29: Services Procurement Solicitation Templatedhcd.maryland.gov/.../204CIFProposalFinalJune26.docx  · Web view1.1Summary Statement. ... including approval by the Board of Public Works,

ii. Testing shall be performed using an XRF analyzer and operated in accordance with the manufacturer’s performance characteristic sheet (PCS) which details proper use of the equipment. Paint chip analysis will be performed only in the case that the XRF testing would produce inconclusive results, as required by the testing protocol.

b. Risk Assessments. Risk Assessments shall be conducted by MDE accredited lead -based paint risk assessors and inspectors. Lead abatement services providers shall comply with COMAR 26.16.05 – Procedures for Performing Lead Abatement Services. The protocols shall meet or exceed the recommended requirements of the HUD Guidelines for the Evaluation and Control of Lead-Based Paint in Housing (1995, Chapter 5), and the requirements of 24 CFR 35.1320 - Paint Inspections and Risk Assessments, as well as the work practice standards of 40 CFR 745.227

The level of assessment will adequately evaluate the risk of exposure to environmental lead and may consist of a screen risk assessment or full risk assessment depending on the particular circumstances of the property rehabilitation case.

i. The screen risk assessment is an abbreviated form of evaluation and will only be applicable where a property is in good condition and there is a low probability of finding lead-based paint hazards. Upon completion of a paint inspection to a property, the selected consultant and DHCD shall agree whether a screen risk assessment is suitable to evaluate the lead hazard, if any. The screen risk assessment shall consist of:

a) Visual inspection of the building for defects that affect paint systems, including completion of HUD Form 5.1, Building Condition Form;

b) Visual inspection of paint systems and rating the systems using Table 5.3 - Categories of Paint Film Quality of the HUD Guidelines or by such methods or standards to be implemented under 40 CFR 745.65-Lead-based Paint Hazards;

c) Collection and analysis of two composite dust samples (one from windows and one from floors) in accordance with Dust Testing for Lead Contamination; and

d) Collection and analysis of two composite soil samples in accordance with, Soil Sampling for Lead Contamination

ii. The full risk assessment shall consist of the following components:

a) If occupied, collection and documentation of background information on the property such as history and use patterns;

b) Visual inspection of the building for defects that affect paint systems;

c) Visual inspection of paint systems and rating of the systems, Categories of Paint Film Quality of the HUD Guidelines or by such methods or standards to be implemented under 40 CFR 745.65 - Lead-Based Paint Hazards;

29

Page 30: Services Procurement Solicitation Templatedhcd.maryland.gov/.../204CIFProposalFinalJune26.docx  · Web view1.1Summary Statement. ... including approval by the Board of Public Works,

d) Additional testing of intact paint systems, as may be required to quantify risk potential of lead exposure at a property;

e) Collection and analysis of a total of four single dust samples from areas that represent the greatest risk of exposure in accordance with Scope of Services, Dust Testing for Lead Contamination;

f) Collection and analysis of soil sampling for lead-based paint hazards in accordance with Scope of Services, Soil Sampling for Lead Contamination;

g) If required, testing of personal items where there is a concern about possible lead exposure in accordance with appropriate regulatory requirements or industry standards; and

h) Development of abatement and management plans as may be required to resolve identified lead-based paint hazards.

c. Clearance Inspections. Clearance inspections shall be performed to confirm that work required to eliminate lead-based paint hazards has been completed in accordance with applicable Federal and State standards and that the work has not increased lead hazards at the property. Each clearance examination shall be performed by personnel properly trained and accredited by MDE as a Risk Assessor or Inspector Technician. Lead abatement services providers shall comply with COMAR 26.16.05 – Procedures for Performing Lead Abatement Services. Each examination shall meet or exceed the recommended protocol of the HUD Guidelines for the Evaluation and Control of Lead-Based Paint in Housing (1995-Chapter 15), and the requirements of 24 CFR 35.1340 - Clearance, and work practice standards contained at 40 CFR 745.227. Each clearance examination will consist of the following:

i. A visual inspection of the property shall be conducted to determine whether work on targeted components was completed and to ensure that no leaded dust or debris are present. Specific areas that may need to be confirmed include paint removal, paint film stabilization, component removal and replacement, enclosures, soil treatments, encapsulates and interim controls.

ii. Dust testing shall be performed to determine the extent, if any, of lead contaminated dust following the work. Dust Testing will be conducted in accordance with the requirements of Scope of Services, Dust Testing for Lead Contamination. Sampling is to be performed by single wipes, since composite wipe sampling methods, although referenced in Federal Guidelines, are not recognized in the State of Maryland.

iii. Should the scope of work involve disturbing exterior paint or abating soil at a property, soil sampling shall be conducted in accordance with the requirements of Scope of Work, Soil Sampling for Lead Contamination, to ensure that the work did not result in additional soil contamination when compared to baseline samples collected prior to the start of work or that abatement work successfully lowered the lead contamination to more acceptable levels.

30

Page 31: Services Procurement Solicitation Templatedhcd.maryland.gov/.../204CIFProposalFinalJune26.docx  · Web view1.1Summary Statement. ... including approval by the Board of Public Works,

d. Dust Testing for Lead Contamination. Lead abatement services providers shall comply with COMAR 26.16.05 – Procedures for Performing Lead Abatement Services. The test shall meet or exceed the recommended protocol of the HUD Guidelines for the Evaluation and Control of Lead-Based Paint in Housing (Appendix 13.1), and the requirements of 24 CFR 35.1315 - Collection and Laboratory Analysis of Samples, and work practice standards of 40 CFR 745.227.

i. Sampling shall consist of either single or composite samples based on the requirements of the specific protocol and any governing regulatory requirements.

ii. Sampling shall be from those areas that represent the greatest risk of exposure, consistent with sampling guidance contained in applicable Federal regulations and Code of Maryland Regulations (COMAR 26.16.02 (4)(a)). Sampling Points may include, but not be limited to floors, window wells, window sills and other horizontal surfaces as may be required.

iii. For composite samples, each sample shall consist of up to four subsamples.

iv. Samples shall be analyzed by an (ELPAT) Environmental Lead Proficiency Analytical Testing accredited laboratory for lead content using Atomic Adsorption Spectrophotometry (AAS) or equivalent and meet or exceed the requirements of EPA.

v. Results of the dust testing shall be incorporated into the appropriate report (i.e. risk assessment or clearance) as indicated below.

e. Soil Sampling for Lead Contamination. Collection of samples to determine if it is lead contaminated shall be conducted as part of a risk assessment or clearance examination in accordance with COMAR 26.16.05 – Procedures for Performing Lead Abatement Services which meet or exceed the recommended protocol of the HUD Guidelines for the Evaluation and Control of Lead-Based Paint in Housing and the requirements of 24 CFR 35.1315 - Collection and Laboratory Analysis of Samples, and work practice standards of 40 CFR 745.227.

i. Soil testing shall consist of collection of two composite samples. One composite sample at the building foundation/drip line and one composite sample on the general grounds.

ii. Should the property contain items that would constitute a defined play area per the Federal guidelines, then a sample from this area shall be required.

iii. Each sample shall consist of eight subsamples.

iv. Samples shall be analyzed by an (ELPAT) Environmental Lead Proficiency Analytical Testing accredited laboratory for lead content using Atomic Adsorption Spectrophotometry (AAS) or equivalent and meet or exceed the requirements of EPA.

v. Results of the soil testing shall be incorporated into the appropriate testing report as indicated in Scope of Services.

31

Page 32: Services Procurement Solicitation Templatedhcd.maryland.gov/.../204CIFProposalFinalJune26.docx  · Web view1.1Summary Statement. ... including approval by the Board of Public Works,

f. Reports and Deliverables. Upon completion of the paint inspection and risk assessment, the information and findings shall be compiled into a report to be submitted to DHCD. Each report shall include the following.

i. Summary of findings;

ii. Description of the testing protocols;

iii. Property information including a sketch of the property; and

iv. Narrative and all applicable information pertaining to the risk assessment.

Information and findings of each clearance examination shall be compiled into a report which meets or exceeds the minimum requirements indicated in the federal regulations and guidelines.

Results of the paint inspection shall be classified as being positive, negative or inconclusive for lead when compared to the Maryland regulatory standard of greater than 0.7 mg of lead/cm2 if testing is by XRF; or greater than or equal to 0.5 weight percent led in the dry paint matrix if analysis is by laboratory. Results of other environmental samples, including dust and soil, will be evaluated and classified as meeting or exceeding the most stringent regulatory standard in effect at the time of the evaluation.

All required reports and deliverables for paint inspections and risk assessments shall be delivered to DHCD ten (10) consecutive calendar days from the date of the inspection, and all required reports and deliverables for clearance inspections shall be delivered to DHCD within five (5) consecutive calendar days from the date of the clearance inspection.

H. Volume of Work and Contractor Capacity.

1. The number of housing units assigned to the Contractor for services shall be at DHCD’s sole discretion and DHCD shall not guarantee the volume of assignments.

2. The Contractor shall have the capacity to complete work each month for at least fifteen (15) housing units each month.

.The Contractor’s acceptance of an assignment indicates its ability to complete the assignment within the time allocated and meet the specific assignment’s deadline.

I. Hardware and Software Requirements

1. Hardware - The Contractor must purchase within 10 days upon contract award, or already have available, to dedicate for performance of work under this Contract a minimum of:

For each BPI certified auditor, one (1) handheld device that integrates with the energy audit tool application and software, and one (1) portable printer as approved by the Contract Monitor identified in Section 1.6; and

32

Page 33: Services Procurement Solicitation Templatedhcd.maryland.gov/.../204CIFProposalFinalJune26.docx  · Web view1.1Summary Statement. ... including approval by the Board of Public Works,

2. Software. The Contractor must purchase within to days upon contract award, or already have available to dedicate for performance of work under this Contract, sufficient number of licenses for energy audit tool application and software, as directed by the Contractor Monitor identified in Section 1.6;

3. The Contractor must participate in energy audit tool application and software training sessions as directed by the Contract Monitor; and

4. The Contractor must enter data into the DHCD database as directed by the Contract Monitor.

K. Key Personnel

1. The Contractor shall submit a staffing plan that describes the Contractor’s team and identifies the specific individuals who will perform the required services as outlined in Section 3.2, including the key personnel of any subcontractor, such as those used to meet an MBE goal assigned to the Contract. The staffing plan shall include a description of the division of responsibility envisioned among these individuals and a list of certifications for each individual.

L. Approach to Services – Work Plan

The Contractor shall maintain a schedule or work plan (Work Plan) that details how the Contractor’s shall fulfill the responsibilities and complete the work as described in this RFP § 3. The Contractor agrees to maintain and update the work plan and make the Work Pan available to DHCD upon request.

3.3 Security Requirements

3.3.1 Employee Identification

(a) Each person who is an employee or agent of the Contractor or subcontractor shall display his or her company ID badge at all times while on State premises. Upon request of authorized State personnel, each such employee or agent shall provide additional photo identification.

(b) At all times at any facility, the Contractor’s personnel shall cooperate with State site requirements that include but are not limited to being prepared to be escorted at all times, providing information for badge issuance, and wearing the badge in a visible location at all times.

3.4 Insurance Requirements

3.4.1 The Contractor shall maintain Commercial General Liability Insurance with limits sufficient to cover losses resulting from, or arising out of, Contractor action or inaction in the performance of the Contract by the Contractor, its agents, servants, employees, or subcontractors, but no less than a Combined Single Limit for Bodily Injury, Property Damage, and Personal and Advertising Injury Liability of $1,000,000 per occurrence and $3,000,000 aggregate.

3.4.2 The Contractor shall maintain Errors and Omissions/Professional Liability insurance with minimum limits of $1,000,000 per occurrence.

33

Page 34: Services Procurement Solicitation Templatedhcd.maryland.gov/.../204CIFProposalFinalJune26.docx  · Web view1.1Summary Statement. ... including approval by the Board of Public Works,

3.4.3 The Contractor shall maintain Automobile and/or Commercial Truck Insurance as appropriate with Liability, Collision, and PIP limits no less than those required by the State where the vehicle(s) is registered, but in no case less than those required by the State of Maryland.

3.4.4 The Contractor shall maintain Employee Theft Insurance with minimum limits of $1,000,000 per occurrence.

3.4.5 Within five (5) Business Days of recommendation for Contract award, the Contractor shall provide the Contract Monitor with current certificates of insurance, and shall update such certificates periodically, but no less than annually in multi-year contracts, as directed by the Contract Monitor. Such copy of the Contractor’s current certificate of insurance shall contain at minimum the following:

a. Workers’ Compensation – The Contractor shall maintain such insurance as necessary and/or as required under Workers’ Compensation Acts, the Longshore and Harbor Workers’ Compensation Act, and the Federal Employers’ Liability Act.

b. Commercial General Liability as required in Section 3.4.1.

c. Errors and Omissions/Professional Liability as required in Section 3.4.2.

d. Automobile and/or Commercial Truck Insurance as required in Section 3.4.3.

e. Employee Theft Insurance as required in Section 3.4.4.

3.4.6 The State shall be listed as an additional insured on the policies with the exception of Worker’s Compensation Insurance and Professional Liability Insurance. All insurance policies shall be endorsed to include a clause that requires that the insurance carrier provide the Contract Monitor, by certified mail, not less than 45 days’ advance notice of any non-renewal, cancellation, or expiration. In the event the Contract Monitor receives a notice of non-renewal, the Contractor shall provide the Contract Monitor with an insurance policy from another carrier at least 15 days prior to the expiration of the insurance policy then in effect. All insurance policies shall be with a company licensed by the State to do business and to provide such policies.

3.4.7 The Contractor shall require that any subcontractors providing primary services (as opposed to non-critical, ancillary services) under this Contract obtain and maintain the same levels of insurance and shall provide the Contract Monitor with the same documentation as is required of the Contractor.

3.5 Problem Escalation Procedure

3.5.1 The Contractor must provide and maintain a Problem Escalation Procedure (PEP) for both routine and emergency situations. The PEP must state how the Contractor will address problem situations as they occur during the performance of the Contract, especially problems that are not resolved to the satisfaction of the State within appropriate timeframes.

The Contractor shall provide contact information to the Contract Monitor, as well as to other State personnel, as directed should the Contract Monitor not be available.

3.5.2 The Contractor must provide the PEP no later than ten (10) Business Days after Contract Commencement. The PEP, including any revisions thereto, must also be provided within ten (10) Business Days after the start of each Contract year and within ten (10) Business Days after any change in circumstance which changes the PEP. The PEP shall detail how problems with work under the Contract will be escalated in order to resolve any issues in a timely manner. The PEP shall include:

The process for establishing the existence of a problem;

34

Page 35: Services Procurement Solicitation Templatedhcd.maryland.gov/.../204CIFProposalFinalJune26.docx  · Web view1.1Summary Statement. ... including approval by the Board of Public Works,

Names, titles, and contact information for progressively higher levels of personnel in the Contractor’s organization who would become involved in resolving a problem;

For each individual listed in the Contractor’s PEP, the maximum amount of time a problem will remain unresolved with that individual before the problem escalates to the next contact person listed in the Contractor’s PEP;

Expedited escalation procedures and any circumstances that would trigger expedited escalation procedures;

The method of providing feedback on resolution progress, including the frequency of feedback to be provided to the State;

Contact information for persons responsible for resolving issues after normal business hours (e.g., evenings, weekends, holidays, etc.) and on an emergency basis; and

A process for updating and notifying the Contract Monitor of any changes to the PEP.

Nothing in this section shall be construed to limit any rights of the Contract Monitor or the State which may be allowed by the Contract or applicable law.

3.6 Invoicing

3.6.1 General

(a) All invoices for services shall be signed by the Contractor and submitted to the Contract Monitor. All invoices shall include the following information:

Contractor name; Remittance address; Federal taxpayer identification number (or if sole proprietorship, the individual’s social security

number); Invoice period; Invoice date; Invoice number; State assigned Contract number; State assigned (Blanket) Purchase Order number(s); Goods or services provided; and Amount due.

Invoices submitted without the required information cannot be processed for payment until the Contractor provides the required information.

(b) The Department reserves the right to reduce or withhold Contract payment in the event the Contractor does not provide the Department with all required deliverables within the time frame specified in the Contract or in the event that the Contractor otherwise materially breaches the terms and conditions of the Contract until such time as the Contractor brings itself into full compliance with the Contract. Also see the “Living Wage” provision of the Contract, if applicable, which allows for withholding of payment under certain circumstances. Any action on the part of the Department, or dispute of action by the Contractor, shall be in accordance with the provisions of Md. Code Ann., State Finance and Procurement Article §§ 15-215 through 15-223 and with COMAR 21.10.02.

(c) Contractor shall provide itemization for preapproved work requiring extra payment.

3.6.2 Invoice Submission Schedule

The Contractor shall submit monthly invoices by the 15th of the month following the month in which services were performed.

35

Page 36: Services Procurement Solicitation Templatedhcd.maryland.gov/.../204CIFProposalFinalJune26.docx  · Web view1.1Summary Statement. ... including approval by the Board of Public Works,

3.7 MBE Reports

If this solicitation includes an MBE Goal (see Section 1.33), the Contractor and its MBE subcontractors shall provide the following MBE Monthly Reports based upon the commitment to the goal:

(a) Attachment D-4A, the MBE Participation Prime Contractor Paid/Unpaid MBE Invoice Report by the 10th of the month following the reporting period to the Contract Monitor and the MBE Liaison Officer.

(b) Attachment D-4B (if applicable), the MBE Prime Contractor Report by the 10th of the month following the reporting period to the Contract Monitor and the MBE Liaison Officer.

(c) Attachment D-5, the MBE Participation Subcontractor Paid/Unpaid MBE Invoice Report by the 10th of the month following the reporting period to the Contract Monitor and the MBE Liaison Officer.

3.8 VSBE Reports

If this solicitation includes a VSBE Goal (see Section 1.41), the Contractor and its VSBE subcontractors shall provide the following VSBE Monthly Reports based upon the commitment to the goal:

(a) Attachment M-3, the VSBE Participation Prime Contractor Paid/Unpaid VSBE Invoice Report by the 10th of the month following the reporting period to the Contract Monitor and the VSBE Liaison Officer.

(b) Attachment M-4, the VSBE Participation Subcontractor Paid/Unpaid VSBE Invoice Report by the 10th of the month following the reporting period to the Contract Monitor and the VSBE Liaison Officer.

3.9 SOC 2 Type 2 Audit Report

A SOC 2 Type 2 Report is not a Contractor requirement for this Contract.

3.10 End of Contract Transition

The Contractor shall cooperate in the orderly transition of services from the Contract awarded under this solicitation to any subsequent contract for similar services. The transition period shall begin ninety (90) days before the Contract end date, or the end date of any final exercised option or contract extension. The Contractor shall work toward a prompt and timely transition, proceeding in accordance with the directions of the Contract Monitor.  The Contract Monitor may provide the Contractor with additional instructions to meet specific transition requirements prior to the end of Contract.

SECTION 4 – PROPOSAL FORMAT

4.1 Two Part Submission

Offerors shall submit Proposals in separate volumes: Volume I – TECHNICAL PROPOSAL

36

Page 37: Services Procurement Solicitation Templatedhcd.maryland.gov/.../204CIFProposalFinalJune26.docx  · Web view1.1Summary Statement. ... including approval by the Board of Public Works,

Volume II – FINANCIAL PROPOSAL

4.2 Proposals

4.2.1 Volume I – Technical Proposal, and Volume II – Financial Proposal shall be sealed separately from one another. It is preferred, but not required, that the name, email address, and telephone number of the Offeror be included on the outside of the packaging for each volume. Each Volume shall contain an unbound original, so identified, and three (3) copies. Unless the resulting package will be too unwieldy, the Department’s preference is for the two (2) sealed Volumes to be submitted together in a single package including a label bearing:

The RFP title and number, Name and address of the Offeror, and Closing date and time for receipt of Proposals

To the Procurement Officer (see Section 1.5 “Procurement Officer”) prior to the date and time for receipt of Proposals (see Section 1.11 “Proposals Due (Closing) Date and Time”).

4.2.2 An electronic version (on Compact Disk/CD, Digital Versatile Disc/DVD, or Universal Serial Bus/USB Flash/Thumb Drive) of Volume 1-Technical Proposal in Microsoft Word format must be enclosed with the original Volume I - Technical Proposal submission. An electronic version (on CD, DVD, or USB Flash Drive) of Volume II - Financial Proposal in Microsoft Word or Microsoft Excel format must be enclosed with the original Volume II - Financial Proposal submission. Each CD/DVD/USB Flash Drive must be labeled on the outside with the RFP title and number, name of the Offeror, and volume number. Each CD/DVD/USB Flash Drive must be packaged with the original copy of the appropriate Proposal (Technical or Financial).

4.2.3 A second electronic version of Volume I and Volume II in searchable Adobe .pdf format shall be submitted on CD, DVD, or USB Flash Drive for Public Information Act (PIA) requests. This copy shall be redacted so that confidential and/or proprietary information has been removed (see Section 1.14 “Public Information Act Notice”).

4.2.4 Beginning with Tab B (see RFP Section 4.4.2.3), all pages of both Proposal volumes shall be consecutively-numbered from beginning (Page 1) to end (Page “x”). The Title Page, Table of Contents, and any Claim of Confidentiality (Tabs A and A-1; see RFP Sections 4.4.2.1 and 4.4.2.2), should be numbered using small Roman numerals (ex. i, ii, iii, iv, v, etc).

4.2.5 Proposals and any modifications to Proposals will be shown only to State employees, members of the Evaluation Committee, or other persons deemed by the Department to have a legitimate interest in them.

4.3 Delivery

Offerors may either mail or hand-deliver Proposals.

4.3.1 For U.S. Postal Service deliveries, any Proposal that has been received at the appropriate mailroom, or typical place of mail receipt, for the respective procuring unit by the time and date listed in the RFP will be deemed to be timely. If an Offeror chooses to use the U.S. Postal Service for delivery, the Department recommends that it use Express Mail, Priority Mail, or Certified Mail only as these are the only forms for which both the date and time of receipt can be verified by the Department. It could take several days for an item sent by first

37

Page 38: Services Procurement Solicitation Templatedhcd.maryland.gov/.../204CIFProposalFinalJune26.docx  · Web view1.1Summary Statement. ... including approval by the Board of Public Works,

class mail to make its way by normal internal mail to the procuring unit and an Offeror using first class mail will not be able to prove a timely delivery at the mailroom..

4.3.2 Hand-delivery includes delivery by commercial carrier acting as agent for the Offeror. For any type of direct (non-mail) delivery, an Offeror is advised to secure a dated, signed, and time-stamped (or otherwise indicated) receipt of delivery.

4.3.3 After receipt, a Register of Proposals will be prepared that identifies each Offeror. The Register of Proposals will be open to inspection only after the Procurement Officer makes a determination recommending the award of the Contract.

4.4 Volume I – Technical Proposal

Note: No pricing information is to be included in the Technical Proposal (Volume 1). Pricing information is to be included only in the Financial Proposal (Volume II).

4.4.1 Format of Technical Proposal

Inside a sealed package described in Section 4.2 “Proposals,” the unbound original, three (3) copies, and the electronic version shall be provided. The RFP sections are numbered for ease of reference. Section 4.4.2 sets forth the order of information to be provided in the Technical Proposal, e.g., Section 4.4.2.1 “Title and Table of Contents,” Section 4.4.2.2 “Claim of Confidentiality,” Section 4.4.2.3 “Transmittal Letter,” Section 4.4.2.4 “Executive Summary,” etc. In addition to the instructions below, responses in the Offeror’s Technical Proposal should reference the organization and numbering of Sections in the RFP (ex. “Section 3.2.1 Response . . .; “Section 3.2.2 Response . . .,” etc.). This Proposal organization will allow State officials and the Evaluation Committee (see RFP Section 5.1) to “map” Offeror responses directly to RFP requirements by Section number and will aid in the evaluation process.

4.4.2 The Technical Proposal shall include the following documents and information in the order specified as follows. Each section of the Technical Proposal shall be separated by a TAB as detailed below:

4.4.2.1 Title Page and Table of Contents (Submit under TAB A)

The Technical Proposal should begin with a Title Page bearing the name and address of the Offeror and the name and number of this RFP. A Table of Contents shall follow the Title Page for the Technical Proposal, organized by section, subsection, and page number.

4.4.2.2 Claim of Confidentiality (If applicable, submit under TAB A-1)

Any information which is claimed to be confidential is to be noted by reference and included after the Title Page and before the Table of Contents, and if applicable, also in the Offeror’s Financial Proposal. An explanation for each claim of confidentiality shall be included (see Section 1.14 “Public Information Act Notice”). The entire Proposal should not be given a blanket confidentiality designation. Any confidentiality designation must apply to specific sections, pages, or portions of pages of the Proposal.

4.4.2.3 Transmittal Letter (Submit under TAB B)

A Transmittal Letter shall accompany the Technical Proposal. The purpose of this letter is to transmit the Proposal and acknowledge the receipt of any addenda. The Transmittal Letter should be brief and signed by an individual who is authorized to commit the Offeror to the services and requirements as stated in this RFP. The Transmittal Letter should include the following:

38

Page 39: Services Procurement Solicitation Templatedhcd.maryland.gov/.../204CIFProposalFinalJune26.docx  · Web view1.1Summary Statement. ... including approval by the Board of Public Works,

Name and address of the Offeror; Name, title, e-mail address, and telephone number of primary contact for the Offeror; Solicitation Title and Solicitation Number that the Proposal is in response to; Signature, typed name, and title of an individual authorized to commit the Offeror to its

Proposal; Federal Employer Identification Number (FEIN) of the Offeror, or if a single individual, that

individual’s Social Security Number (SSN); Offeror’s eMM number; Offeror’s MBE certification number (if applicable); Acceptance of all State RFP and Contract terms and conditions (see Section 1.24); if any

exceptions are taken, they are to be noted in the Executive Summary (see Section 4.4.2.4); and

Acknowledgement of all addenda to this RFP.

4.4.2.4 Executive Summary (Submit under TAB C)

The Offeror shall condense and highlight the contents of the Technical Proposal in a separate section titled “Executive Summary.” The Summary shall identify the Service Category(ies) and Region(s) for which the Offeror is proposing to provide services (if applicable). In addition, the Summary shall indicate whether the Offeror is the subsidiary of another entity, and if so, whether all information submitted by the Offeror pertains exclusively to the Offeror. If not, the subsidiary Offeror shall include a guarantee of performance from its parent organization as part of its Executive Summary (see RFP Section 1.22 for more information).

The Summary shall also identify any exceptions the Offeror has taken to the requirements of this RFP, the Contract (Attachment A), or any other attachments. Exceptions to terms and conditions may result in having the Proposal deemed unacceptable or classified as not reasonably susceptible of being selected for award.

If the Offeror has taken no exceptions to the requirements of this RFP, the Contract (Attachment A), or any other attachments, the Executive Summary shall so state.

4.4.2.5 Minimum Qualifications Documentation (If applicable, Submit under TAB D)

The Offeror shall submit any Minimum Qualifications documentation that may be required, as set forth in Section 2 “Offeror Minimum Qualifications.”

4.4.2.6 Offeror Technical Response to RFP Requirements and Proposed Work Plan (Submit under TAB E)

a. The Offeror shall address each Scope of Work requirement (Section 3.2) in its Technical Proposal and describe how its proposed services, including the services of any proposed subcontractor(s), will meet or exceed the requirement(s). If the State is seeking Offeror agreement to any requirement(s), the Offeror shall state its agreement or disagreement. Any paragraph in the Technical Proposal that responds to a Scope of Work (Section 3.2) requirement shall include an explanation of how the work will be done. Any exception to a requirement, term, or condition may result in having the Proposal classified as not reasonably susceptible of being selected for award or the Offeror deemed not responsible.

b. The Offeror shall give a definitive section-by-section description of the proposed plan to meet the requirements of the RFP, i.e., a Work Plan. The Work Plan shall include the specific methodology and techniques to be used by the Offeror in providing the required services as outlined in RFP Section 3, Scope of Work. The description shall include an

39

Page 40: Services Procurement Solicitation Templatedhcd.maryland.gov/.../204CIFProposalFinalJune26.docx  · Web view1.1Summary Statement. ... including approval by the Board of Public Works,

outline of the overall management concepts employed by the Offeror and a project management plan, including project control mechanisms and overall timelines. Project deadlines considered contract deliverables must be recognized in the Work Plan.

c. The Offeror shall identify the location(s) from which it proposes to provide the services, including, if applicable, any current facilities that it operates, and any required construction to satisfy the State’s requirements as outlined in this RFP.

d. The Offeror shall provide a draft Problem Escalation Procedure (PEP) that includes, at a minimum, titles of individuals to be contacted by the Department’s Contract Monitor should problems arise under the Contract and explain how problems with work under the Contract will be escalated in order to resolve any issues in a timely manner. Final procedures shall be submitted as indicated in RFP Section 3.5.

4.4.2.7 Experience and Qualifications of Proposed Staff (Submit under TAB F)

The Offeror shall identify the number and types of staff proposed to be utilized under the Contract.

The Offeror shall describe in detail how the proposed staff’s experience and qualifications relate to their specific responsibilities, including any staff of proposed subcontractor(s), as detailed in the Work Plan. The Offeror shall include individual resumes for the Key Personnel, including Key Personnel for any proposed subcontractor(s), who are to be assigned to the project if the Offeror is awarded the Contract. Each resume should include the amount of experience the individual has had relative to the Scope of Work set forth in this solicitation. Letters of intended commitment to work on the project, including letters from any proposed subcontractor(s), shall be included in this section.

The Offeror shall provide an Organizational Chart outlining personnel and their related duties. The Offeror shall include job titles and the percentage of time each individual will spend on his/her assigned tasks. Offerors using job titles other than those commonly used by industry standards must provide a crosswalk reference document.

4.4.2.8 Offeror Qualifications and Capabilities (Submit under TAB G)

The Offeror shall include information on past experience with similar projects and/or services. The Offeror shall describe how its organization can meet the requirements of this RFP and shall also include the following information:

a. The number of years the Offeror has provided the similar services;

b. The number of clients/customers and geographic locations that the Offeror currently serves;

c. The names and titles of headquarters or regional management personnel who may be involved with supervising the services to be performed under this Contract;

d. The Offeror’s process for resolving billing errors; and

e. An organizational chart that identifies the complete structure of the Offeror, including any parent company, headquarters, regional offices, and subsidiaries of the Offeror.

4.4.2.9 References (Submit under TAB H)

At least three (3) references are requested from customers who are capable of documenting the Offeror’s ability to provide the services specified in this RFP. References used to meet any Offeror

40

Page 41: Services Procurement Solicitation Templatedhcd.maryland.gov/.../204CIFProposalFinalJune26.docx  · Web view1.1Summary Statement. ... including approval by the Board of Public Works,

Minimum Qualifications (see Section 2) may be used to meet this request. Each reference shall be from a client for whom the Offeror has provided services within the past five (5) years and shall include the following information:

a. Name of client organization;b. Name, title, telephone number, and e-mail address, if available, of point of contact for client

organization; andc. Value, type, duration, and description of services provided.

The Department reserves the right to request additional references or utilize references not provided by an Offeror.

4.4.2.10 List of Current or Prior State Contracts (Submit under TAB I)

Provide a list of all contracts with any entity of the State of Maryland for which the Offeror is currently performing services or for which services have been completed within the last five (5) years. For each identified contract, the Offeror is to provide:

a. The State contracting entity;b. A brief description of the services/goods provided;c. The dollar value of the contract;d. The term of the contract;e. The State employee contact person (name, title, telephone number, and, if possible, e-mail

address); andf. Whether the contract was terminated before the end of the term specified in the original

contract, including whether any available renewal option was not exercised.

Information obtained regarding the Offeror’s level of performance on State contracts will be used by the Procurement Officer to determine the responsibility of the Offeror and considered as part of the experience and past performance evaluation criteria of the RFP.

4.4.2.11 Financial Capability (Submit under TAB J)

An Offeror must include in its Proposal a commonly-accepted method to prove its fiscal integrity. If available, the Offeror shall include Financial Statements, preferably a Profit and Loss (P&L) statement and a Balance Sheet, for the last two (2) years (independently audited preferred).

In addition, the Offeror may supplement its response to this Section by including one or more of the following with its response:

a. Dunn and Bradstreet Rating;b. Standard and Poor’s Rating;c. Lines of credit;d. Evidence of a successful financial track record; ande. Evidence of adequate working capital.

4.4.2.12 Certificate of Insurance (Submit under TAB K)

The Offeror shall provide a copy of its current certificate of insurance showing the types and limits of insurance in effect as of the Proposal submission date. The current insurance types and limits do not have to be the same as described in Section 3.4. See Section 5.6 for the required insurance certificate submission for the recommended Offeror.

41

Page 42: Services Procurement Solicitation Templatedhcd.maryland.gov/.../204CIFProposalFinalJune26.docx  · Web view1.1Summary Statement. ... including approval by the Board of Public Works,

4.4.2.13 Subcontractors (Submit under TAB L)

The Offeror shall provide a complete list of all subcontractors that will work on the Contract if the Offeror receives an award, including those utilized in meeting the MBE and/or VSBE subcontracting goal, if applicable. This list shall include a full description of the duties each subcontractor will perform and why/how each subcontractor was deemed the most qualified for this project. See Sections 4.4.2.6 and 4.4.2.7 for additional Offeror requirements related to Subcontractors.

4.4.2.14 Legal Action Summary (Submit under TAB M)

This summary shall include:

a. A statement as to whether there are any outstanding legal actions or potential claims against the Offeror and a brief description of any action;

b. A brief description of any settled or closed legal actions or claims against the Offeror over the past five (5) years;

c. A description of any judgments against the Offeror within the past five (5) years, including the case name, court case docket number, and what the final ruling or determination was from the court; and

d. In instances where litigation is on-going and the Offeror has been directed not to disclose information by the court, provide the name of the judge and location of the court.

4.4.2.15 Economic Benefit Factors (Submit under TAB N)

The Offeror shall submit with its Proposal a narrative describing benefits that will accrue to the Maryland economy as a direct or indirect result of its performance of this contract. Proposals will be evaluated to assess the benefit to Maryland’s economy specifically offered. See COMAR 21.05.03.03A(3).

Proposals that identify specific benefits as being contractually enforceable commitments will be rated more favorably than Proposals that do not identify specific benefits as contractual commitments, all other factors being equal.

Offerors shall identify any performance guarantees that will be enforceable by the State if the full level of promised benefit is not achieved during the Contract term.

As applicable, for the full duration of the Contract, including any renewal period, or until the commitment is satisfied, the Contractor shall provide to the Procurement Officer or other designated agency personnel reports of the actual attainment of each benefit listed in response to this section. These benefit attainment reports shall be provided quarterly, unless elsewhere in these specifications a different reporting frequency is stated.

Please note that in responding to this section, the following do not generally constitute economic benefits to be derived from this Contract:

a. generic statements that the State will benefit from the Offeror’s superior performance under the Contract;

b. descriptions of the number of Offeror employees located in Maryland other than those that will be performing work under this Contract; or

c. tax revenues from Maryland based employees or locations, other than those that will be performing, or used to perform, work under this Contract.

42

Page 43: Services Procurement Solicitation Templatedhcd.maryland.gov/.../204CIFProposalFinalJune26.docx  · Web view1.1Summary Statement. ... including approval by the Board of Public Works,

Discussion of Maryland-based employees or locations may be appropriate if the Offeror makes some projection or guarantee of increased or retained presence based upon being awarded this Contract.

Examples of economic benefits to be derived from a contract may include any of the following. For each factor identified below, identify the specific benefit and contractual commitments and provide a breakdown of expenditures in that category:

• The Contract dollars to be recycled into Maryland’s economy in support of the Contract, through the use of Maryland subcontractors, suppliers and joint venture partners. Do not include actual fees or rates paid to subcontractors or information from your Financial Proposal;

• The number and types of jobs for Maryland residents resulting from the Contract. Indicate job classifications, number of employees in each classification and the aggregate payroll to which the Offeror has committed, including contractual commitments at both prime and, if applicable, subcontract levels. If no new positions or subcontracts are anticipated as a result of this Contract, so state explicitly;

• Tax revenues to be generated for Maryland and its political subdivisions as a result of the Contract. Indicate tax category (sales taxes, payroll taxes, inventory taxes and estimated personal income taxes for new employees). Provide a forecast of the total tax revenues resulting from the Contract;

• Subcontract dollars committed to Maryland small businesses and MBEs; and

• Other benefits to the Maryland economy which the Offeror promises will result from awarding the Contract to the Offeror, including contractual commitments. Describe the benefit, its value to the Maryland economy, and how it will result from, or because of the Contract award. Offerors may commit to benefits that are not directly attributable to the Contract, but for which the Contract award may serve as a catalyst or impetus.

4.4.3 Additional Required Technical Submissions (Submit under TAB O)

4.4.3.1 The following documents shall be completed, signed, and included in the Technical Proposal, under TAB O that follows the material submitted in response to Section 4.4.2.

a. Completed Bid/Proposal Affidavit (Attachment B). b. Completed Maryland Living Wage Requirements Affidavit of Agreement (Attachment G-1).

4.4.3.2 *If Required, the following documents shall be completed, signed, and included in the Technical Proposal, under TAB O that follows the material submitted in response to Section 4.4.2. *See appropriate RFP Section to determine whether the particular document is required for this procurement:

a. A Signed Statement from the Offeror’s Parent Organization Guaranteeing Performance of the Offeror. *see Section 1.22

b. Completed MDOT Certified MBE Utilization and Fair Solicitation Affidavit (Attachment D-1A) *see Section 1.33.

c. Completed Federal Funds Attachment (Attachment H) *see Section 1.35. d. Completed Conflict of Interest Affidavit and Disclosure (Attachment I) *see Section 1.36.e. Completed Mercury Affidavit (Attachment L) *see Section 1.40.f. Completed Veteran-Owned Small Business Enterprise (VSBE) Utilization Affidavit and

Prime/Subcontractor Participation Schedule. (Attachment M-1) *see Section 1.41. g. Completed Location of the Performance of Services Disclosure (Attachment N) *see

Section 1.42.

43

Page 44: Services Procurement Solicitation Templatedhcd.maryland.gov/.../204CIFProposalFinalJune26.docx  · Web view1.1Summary Statement. ... including approval by the Board of Public Works,

4.5 Volume II – Financial Proposal

Under separate sealed cover from the Technical Proposal and clearly identified in the format identified in Section 4.2 “Proposals,” the Offeror shall submit an original unbound copy, three (3) copies, and an electronic version in Microsoft Word or Microsoft Excel of the Financial Proposal. The Financial Proposal shall contain all price information in the format specified in Attachment F. The Offeror shall complete the Financial Proposal Form only as provided in the Financial Proposal Instructions and the Financial Proposal Form itself.

THE REMAINDER OF THIS PAGE IS INTENTIONALLY LEFT BLANK.

SECTION 5 – EVALUATION COMMITTEE, EVALUATION CRITERIA, AND SELECTION PROCEDURE

5.1 Evaluation Committee

Evaluation of Proposals will be performed in accordance with COMAR 21.05.03 by a committee established for that purpose and based on the evaluation criteria set forth below. The Evaluation Committee will review Proposals, participate in Offeror oral presentations and discussions, and provide input to the Procurement Officer. The Department reserves the right to utilize the services of individuals outside of the established Evaluation Committee for advice and assistance, as deemed appropriate.

44

Page 45: Services Procurement Solicitation Templatedhcd.maryland.gov/.../204CIFProposalFinalJune26.docx  · Web view1.1Summary Statement. ... including approval by the Board of Public Works,

5.2 Technical Proposal Evaluation Criteria

The criteria to be used to evaluate each Technical Proposal are listed below in descending order of importance. Unless stated otherwise, any subcriteria within each criterion have equal weight.

5.2.1 Offeror’s Technical Response to RFP Requirements and Work Plan (See RFP § 4.4.2.6);

The State prefers an Offeror’s response to work requirements in the RFP that illustrates a comprehensive understanding of work requirements and mastery of the subject matter, including an explanation of how the work will be done. Proposals which include limited responses to work requirements such as “concur” or “will comply” will receive a lower ranking than those Proposals that demonstrate an understanding of the work requirements and include plans to meet or exceed them.

5.2.2 Experience and Qualifications of Proposed Staff (See RFP § 4.4.2.7); 5.2.3 Offeror Qualifications and Capabilities, including proposed Subcontractors (See RFP § 4.4.2.8 – 4.4.2.14); and

5.2.4 Economic Benefit to State of Maryland (See RFP § 4.4.2.15).

5.3 Financial Proposal Evaluation Criteria

All technically qualified Offerors will be determined to be financially qualified through the agreement to the Price Confirmation form in Attachment F.

5.4 Reciprocal Preference

Although Maryland law does not generally authorize procuring units to favor resident Offerors in awarding procurement contracts, many other states do grant their resident businesses preferences over Maryland contractors. Therefore, COMAR 21.05.01.04 permits procuring units to apply a reciprocal preference in favor of a Maryland resident business under the following conditions:

The Maryland resident business is a responsible Offeror; The most advantageous offer is from a responsible Offeror whose principal office or principal operations

through which it would provide the services required under this RFP is in another state; The other state gives a preference to its resident businesses through law, policy, or practice; and The Maryland resident preference does not conflict with a federal law or grant affecting the procurement

Contract.

The preference given shall be identical to the preference that the other state, through law, policy, or practice gives to its resident businesses.

5.5 Selection Procedures

5.5.1 General

The Contract will be awarded in accordance with the Competitive Sealed Proposals (CSP) method found at COMAR 21.05.03. The Competitive Sealed Proposals method allows for the conducting of discussions and the revision of Proposals during these discussions. Therefore, the State may conduct discussions with all

45

Page 46: Services Procurement Solicitation Templatedhcd.maryland.gov/.../204CIFProposalFinalJune26.docx  · Web view1.1Summary Statement. ... including approval by the Board of Public Works,

Offerors that have submitted Proposals that are determined to be reasonably susceptible of being selected for contract award or potentially so. However, the State reserves the right to make an award without holding discussions.

In either case (i.e., with or without discussions), the State may determine an Offeror to be not responsible and/or an Offeror’s Proposal to be not reasonably susceptible of being selected for award at any time after the initial closing date for receipt of Proposals and prior to Contract award. If the State finds an Offeror to be not responsible and/or an Offeror’s Technical Proposal to be not reasonably susceptible of being selected for award, that Offeror’s Financial Proposal will subsequently be returned if the Financial Proposal is unopened at the time of the determination.

5.5.2 Selection Process Sequence

5.5.2.1 A determination is made that the MDOT Certified MBE Utilization and Fair Solicitation Affidavit (Attachment D-1A) is included and is properly completed, if there is an MBE goal. In addition, a determination is made that the Veteran-Owned Small Business Enterprise (VSBE) Utilization Affidavit and Subcontractor Participation Schedule (Attachment M-1) is included and is properly completed, if there is a VSBE goal. Finally, a determination is made that all Offeror Minimum Qualifications, if any (See RFP Section 2), have been satisfied.

5.5.2.2 Technical Proposals are evaluated for technical merit and ranked. During this review, oral presentations and discussions may be held. The purpose of such discussions will be to assure a full understanding of the State’s requirements and the Offeror’s ability to perform the services, as well as to facilitate arrival at a Contract that is most advantageous to the State. Offerors will be contacted by the State as soon as any discussions are scheduled.

5.5.2.3 Offerors must confirm in writing any substantive oral clarifications of, or changes in, their Technical Proposals made in the course of discussions. Any such written clarifications or changes then become part of the Offeror’s Technical Proposal. Technical Proposals are given a final review and ranked.

5.5.2.4 The Financial Proposal of each Qualified Offeror (a responsible Offeror determined to have submitted an acceptable Proposal) will be evaluated separately from the Technical evaluation. After a review of the Financial Proposals of Qualified Offerors, the Evaluation Committee or Procurement Officer may again conduct discussions to further evaluate the Offeror’s entire Proposal.

5.5.2.5 When in the best interest of the State, the Procurement Officer may permit Qualified Offerors to revise their initial Proposals and submit, in writing, Best and Final Offers (BAFOs). The State may make an award without issuing a request for a BAFO.

5.5.3 Award Determination

Upon completion of the Technical Proposal rankings and Financial Proposal evaluations,, each Offeror will receive an overall ranking. The Procurement Officer will recommend award of the Contract to the responsible Offeror(s) that submitted the Proposal determined to be the most advantageous to the State.

5.6 Documents Required upon Notice of Recommendation for Contract Award

Upon receipt of a Notification of Recommendation for Contract Award, the following documents shall be completed, signed if applicable with original signatures, and submitted by the recommended awardee within five (5) Business Days, unless noted otherwise. Submit three (3) copies of each of the following documents:

46

Page 47: Services Procurement Solicitation Templatedhcd.maryland.gov/.../204CIFProposalFinalJune26.docx  · Web view1.1Summary Statement. ... including approval by the Board of Public Works,

a. Contract (Attachment A),b. Contract Affidavit (Attachment C), c. MBE Attachments D-2 and D-3A/B, within ten (10) Business Days, if applicable; *see Section

1.33, d. MBE Waiver Justification within ten (10) Business Days (see MBE Waiver Guidance and forms in

Attachments D-1B and D-1C), if a waiver has been requested (if applicable; *see Section 1.33),e. Non-Disclosure Agreement (Attachment J), if applicable; *see Section 1.37,f. HIPAA Business Associate Agreement (Attachment K), if applicable; *see Section 1.38,h. VSBE Attachment M-2, if applicable *see Section 1.41,i. DHR Hiring Agreement, Attachment O, if applicable *see Section 1.43, andi. copy of a current Certificate of Insurance with the prescribed limits set forth in Section 3.4 “Insurance

Requirements,” listing the State as an additional insured, if applicable; *see Section 3.4.

THE REMAINDER OF THIS PAGE IS INTENTIONALLY LEFT BLANK.

47

Page 48: Services Procurement Solicitation Templatedhcd.maryland.gov/.../204CIFProposalFinalJune26.docx  · Web view1.1Summary Statement. ... including approval by the Board of Public Works,

RFP ATTACHMENTSATTACHMENT A – ContractThis is the sample contract used by the Department. It is provided with the RFP for informational purposes and is not required to be submitted at Proposal submission time. Upon notification of recommendation for award, a completed contract will be sent to the recommended awardee for signature. The recommended awardee must return to the Procurement Officer three (3) executed copies of the Contract within five (5) Business Days after receipt. Upon Contract award, a fully-executed copy will be sent to the Contractor.

ATTACHMENT B – Bid/Proposal AffidavitThis Attachment must be completed and submitted with the Technical Proposal.

ATTACHMENT C – Contract AffidavitThis Attachment must be completed and submitted by the recommended awardee to the Procurement Officer within five (5) Business Days of receiving notification of recommendation for award.

ATTACHMENT D – Minority Business Enterprise FormsIf required (see Section 1.33), these Attachments include the MBE subcontracting goal statement, instructions, and MBE Attachments D-1 through D-5. Attachment D-1 must be properly completed and submitted with the Offeror’s Technical Proposal or the Proposal will be deemed not reasonably susceptible of being selected for award and rejected. Within 10 Business Days of receiving notification of recommendation for Contract award, the Offeror must submit Attachments D-2 and D-3A/B.

ATTACHMENT E – Pre-Proposal Conference Response FormIt is requested that this form be completed and submitted as described in Section 1.7 by those potential Offerors that plan on attending the Pre-Proposal Conference.

ATTACHMENT F – Financial Proposal Instructions and Form The Financial Proposal Form must be completed and submitted in the Financial Proposal package.

ATTACHMENT G – Maryland Living Wage Requirements for Service Contracts and Affidavit of AgreementAttachment G-1 Living Wage Affidavit of Agreement must be completed and submitted with the Technical Proposal.

ATTACHMENT H – Federal Funds AttachmentIf required (see Section 1.35), these Attachments must be completed and submitted with the Technical Proposal as instructed in the Attachments.

ATTACHMENT I – Conflict of Interest Affidavit and DisclosureIf required (see Section 1.36), this Attachment must be completed and submitted with the Technical Proposal.

ATTACHMENT J – Non-Disclosure Agreement If required (see Section 1.37), this Attachment must be completed and submitted within five (5) Business Days of receiving notification of recommendation for award. However, to expedite processing, it is suggested that this document be completed and submitted with the Technical Proposal.

ATTACHMENT K – HIPAA Business Associate AgreementIf required (see Section 1.38), this Attachment is to be completed and submitted within five (5) Business Days of receiving notification of recommendation for award. However, to expedite processing, it is suggested that this document be completed and submitted with the Technical Proposal.

ATTACHMENT L – Mercury AffidavitIf required (see Section 1.40), this Attachment must be completed and submitted with the Technical Proposal.

48

Page 49: Services Procurement Solicitation Templatedhcd.maryland.gov/.../204CIFProposalFinalJune26.docx  · Web view1.1Summary Statement. ... including approval by the Board of Public Works,

ATTACHMENT M – Veteran-Owned Small Business Enterprise FormsIf required (see Section 1.41), these Attachments include the VSBE Attachments M-1 through M-4. Attachment M-1 must be completed and submitted with the Technical Proposal. Attachment M-2 is required to be submitted within ten (10) Business Days of receiving notification of recommendation for award.

ATTACHMENT N – Location of the Performance of Services Disclosure If required (see Section 1.42), this Attachment must be completed and submitted with the Technical Proposal.

ATTACHMENT O – Department of Human Resources (DHR) Hiring AgreementIf required (see Section 1.43), this Attachment is to be completed and submitted within five (5) Business Days of receiving notification of recommendation for award.

49

Page 50: Services Procurement Solicitation Templatedhcd.maryland.gov/.../204CIFProposalFinalJune26.docx  · Web view1.1Summary Statement. ... including approval by the Board of Public Works,

ATTACHMENT A – CONTRACT

Additional Weatherization Plus Lead Hazard Services Contractors-BGE Service Territory

THIS CONTRACT (the “Contract”) is made this (“Xth” ) day of (month), (year) by and between (Contractor’s name) and the STATE OF MARYLAND, acting through the Department of Housing and Community Development.

In consideration of the promises and the covenants herein contained, the parties agree as follows:

1. Definitions

In this Contract, the following words have the meanings indicated:

1.1 “COMAR” means Code of Maryland Regulations.

1.2 “Contract Monitor” means the Department employee identified in Section 1.6 of the RFP as the Contract Monitor.

1.3 “Contractor” means (Contractor’s name) whose principal business address is (Contractor’s primary address) and whose principal office in Maryland is (Contractor’s local address).

1.4 “Department” means the Department of Housing and Community Development.

1.5 “Financial Proposal” means the Contractor’s Financial Proposal dated (Financial Proposal date).

1.6 “Procurement Officer” means the Department employee identified in Section 1.5 of the RFP as the Procurement Officer.

1.7 “RFP” means the Request for Proposals for Additional Weatherization Plus Lead Hazard Services Contractors-BGE Service Territory Solicitation # S00R5400013 and any addenda thereto issued in writing by the State.

1.8 “State” means the State of Maryland.

1.9 “Technical Proposal” means the Contractor’s Technical Proposal dated (Technical Proposal date).

2. Scope of Contract

2.1 The Contractor shall provide deliverables, programs, goods, and services specific to the Contract for Additional Weatherization Plus Lead Hazard Services Contractors-BGE Service Territory awarded in accordance with Exhibits A-C listed in this section and incorporated as part of this Contract. If there is any conflict between this Contract and the Exhibits, the terms of the Contract shall govern. If there is any conflict among the Exhibits, the following order of precedence shall determine the prevailing provision:

Exhibit A – The RFP Exhibit B – State Contract Affidavit, executed by the Contractor and dated (date of Attachment C)Exhibit C – The Proposal (Technical and Financial)

2.2 The Procurement Officer may, at any time, by written order, make changes in the work within the general scope of the Contract or the RFP. No other order, statement, or conduct of the Procurement Officer or any other person shall be treated as a change or entitle the Contractor to an equitable adjustment under this

50

Page 51: Services Procurement Solicitation Templatedhcd.maryland.gov/.../204CIFProposalFinalJune26.docx  · Web view1.1Summary Statement. ... including approval by the Board of Public Works,

section. Except as otherwise provided in this Contract, if any change under this section causes an increase or decrease in the Contractor’s cost of, or the time required for, the performance of any part of the work, whether or not changed by the order, an equitable adjustment in the Contract price shall be made and the Contract modified in writing accordingly. The Contractor must assert in writing its right to an adjustment under this section within thirty (30) days of receipt of written change order and shall include a written statement setting forth the nature and cost of such claim. No claim by the Contractor shall be allowed if asserted after final payment under this Contract. Failure to agree to an adjustment under this section shall be a dispute under the Disputes clause. Nothing in this section shall excuse the Contractor from proceeding with the Contract as changed.

2.3 While the Procurement Officer may, at any time, by written change order, make unilateral changes in the work within the general scope of the Contract as provided in Section 2.2 above, the Contract may be modified by mutual agreement of the parties, provided: (a) the modification is made in writing; (b) all parties sign the modification; and (c) all approvals by the required agencies as described in COMAR Title 21, are obtained.

3. Period of Performance.

3.1 The term of this Contract begins on the date the Contract is signed by the Department following any required approvals of the Contract, including approval by the Board of Public Works, if such approval is required. The Contractor shall provide services under this Contract as of the Go-Live date contained in the written Notice to Proceed. From this Go-Live date, the Contract shall be for a period of approximately 20 months beginning October 1, 2015 and ending on May 31, 2017 .

3.2 Audit, confidentiality, document retention, and indemnification obligations under this Contract shall survive expiration or termination of the Contract.

4. Consideration and Payment

4.1 In consideration of the satisfactory performance of the work set forth in this Contract, the Department shall pay the Contractor in accordance with the terms of this Contract and at the prices quoted in the Financial Proposal. Unless properly modified (see above Section 2.3), payment to the Contractor pursuant to this Contract, including the base term and any option exercised by the State, shall not exceed $ $3,300,000.

4.2 Payments to the Contractor shall be made no later than thirty (30) days after the Department’s receipt of a proper invoice for services provided by the Contractor, acceptance by the Department of services provided by the Contractor, and pursuant to the conditions outlined in Section 4 of this Contract. Each invoice for services rendered must include the Contractor’s Federal Tax Identification or Social Security Number for a Contractor who is an individual which is (Contractor’s FEIN or SSN). Charges for late payment of invoices other than as prescribed at Md. Code Ann., State Finance and Procurement Article, §15-104 are prohibited. Invoices shall be submitted to the Contract Monitor. Electronic funds transfer shall be used by the State to pay Contractor pursuant to this Contract and any other State payments due Contractor unless the State Comptroller’s Office grants Contractor an exemption.

4.3 In addition to any other available remedies, if, in the opinion of the Procurement Officer, the Contractor fails to perform in a satisfactory and timely manner, the Procurement Officer may refuse or limit approval of any invoice for payment, and may cause payments to the Contractor to be reduced or withheld until such time as the Contractor meets performance standards as established by the Procurement Officer.

4.4 Payment of an invoice by the Department is not evidence that services were rendered as required under this Contract.

4.5 Contractor’s eMarylandMarketplace vendor ID number is (Contractor’s eMM number).

51

Page 52: Services Procurement Solicitation Templatedhcd.maryland.gov/.../204CIFProposalFinalJune26.docx  · Web view1.1Summary Statement. ... including approval by the Board of Public Works,

5. Rights to Records

5.1 The Contractor agrees that all documents and materials including, but not limited to, software, reports, drawings, studies, specifications, estimates, tests, maps, photographs, designs, graphics, mechanical, artwork, computations, and data prepared by the Contractor for purposes of this Contract shall be the sole property of the State and shall be available to the State at any time. The State shall have the right to use the same without restriction and without compensation to the Contractor other than that specifically provided by this Contract.

5.2 The Contractor agrees that at all times during the term of this Contract and thereafter, works created as a deliverable under this Contract, and services performed under this Contract shall be “works made for hire” as that term is interpreted under U.S. copyright law. To the extent that any products created as a deliverable under this Contract are not works made for hire for the State, the Contractor hereby relinquishes, transfers, and assigns to the State all of its rights, title, and interest (including all intellectual property rights) to all such products created under this Contract, and will cooperate reasonably with the State in effectuating and registering any necessary assignments.

5.3 The Contractor shall report to the Contract Monitor, promptly and in written detail, each notice or claim of copyright infringement received by the Contractor with respect to all data delivered under this Contract.

5.4 The Contractor shall not affix any restrictive markings upon any data, documentation, or other materials provided to the State hereunder and if such markings are affixed, the State shall have the right at any time to modify, remove, obliterate, or ignore such warnings.

5.5 Upon termination of the Contract, the Contractor, at its own expense, shall deliver any equipment, software or other property provided by the State to the place designated by the Procurement Officer.

6. Exclusive Use

The State shall have the exclusive right to use, duplicate, and disclose any data, information, documents, records, or results, in whole or in part, in any manner for any purpose whatsoever, that may be created or generated by the Contractor in connection with this Contract. If any material, including software, is capable of being copyrighted, the State shall be the copyright owner and Contractor may copyright material connected with this project only with the express written approval of the State.

7. Patents, Copyrights, and Intellectual Property

7.1 If the Contractor furnishes any design, device, material, process, or other item, which is covered by a patent, trademark or service mark, or copyright or which is proprietary to, or a trade secret of, another, the Contractor shall obtain the necessary permission or license to permit the State to use such item or items.

7.2 The Contractor will defend or settle, at its own expense, any claim or suit against the State alleging that any such item furnished by the Contractor infringes any patent, trademark, service mark, copyright, or trade secret. If a third party claims that a product infringes that party’s patent, trademark, service mark, trade secret, or copyright, the Contractor will defend the State against that claim at Contractor’s expense and will pay all damages, costs, and attorneys’ fees that a court finally awards, provided the State: (a) promptly notifies the Contractor in writing of the claim; and (b) allows Contractor to control and cooperates with Contractor in, the defense and any related settlement negotiations. The obligations of this paragraph are in addition to those stated in Section 7.3 below.

7.3 If any products furnished by the Contractor become, or in the Contractor’s opinion are likely to become, the subject of a claim of infringement, the Contractor will, at its option and expense: (a) procure for the State the right to continue using the applicable item; (b) replace the product with a non-infringing product substantially

52

Page 53: Services Procurement Solicitation Templatedhcd.maryland.gov/.../204CIFProposalFinalJune26.docx  · Web view1.1Summary Statement. ... including approval by the Board of Public Works,

complying with the item’s specifications; or (c) modify the item so that it becomes non-infringing and performs in a substantially similar manner to the original item.

8. Confidential or Proprietary Information and Documentation

8.1 Subject to the Maryland Public Information Act and any other applicable laws including, without limitation, HIPAA, the HI-TECH ACT, and the Maryland Medical Records Act and the implementation of regulations promulgated pursuant thereto, all confidential or proprietary information and documentation relating to either party (including without limitation, any information or data stored within the Contractor’s computer systems) shall be held in absolute confidence by the other party. Each party shall, however, be permitted to disclose relevant confidential information to its officers, agents, and employees to the extent that such disclosure is necessary for the performance of their duties under this Contract, provided that the data may be collected, used, disclosed, stored, and disseminated only as provided by and consistent with the law. The provisions of this section shall not apply to information that: (a) is lawfully in the public domain; (b) has been independently developed by the other party without violation of this Contract; (c) was already in the possession of such party; (d) was supplied to such party by a third party lawfully in possession thereof and legally permitted to further disclose the information; or (e) which such party is required to disclose by law.

8.2 This Section 8 shall survive expiration or termination of this Contract.

9. Loss of Data

In the event of loss of any State data or records where such loss is due to the intentional act or omission or negligence of the Contractor or any of its subcontractors or agents, the Contractor shall be responsible for recreating such lost data in the manner and on the schedule set by the Contract Monitor. The Contractor shall ensure that all data is backed up and recoverable by the Contractor. Contractor shall use its best efforts to assure that at no time shall any actions undertaken by the Contractor under this Contract (or any failures to act when Contractor has a duty to act) damage or create any vulnerabilities in data bases, systems, platforms, and/or applications with which the Contractor is working hereunder.

10. Indemnification

10.1 The Contractor shall hold harmless and indemnify the State from and against any and all losses, damages, claims, suits, actions, liabilities, and/or expenses, including, without limitation, attorneys’ fees and disbursements of any character that arise from, are in connection with or are attributable to the performance or nonperformance of the Contractor or its subcontractors under this Contract.

10.2 This indemnification clause shall not be construed to mean that the Contractor shall indemnify the State against liability for any losses, damages, claims, suits, actions, liabilities, and/or expenses that are attributable to the sole negligence of the State or the State’s employees.

10.3 The State of Maryland has no obligation to provide legal counsel or defense to the Contractor or its subcontractors in the event that a suit, claim, or action of any character is brought by any person not party to this Contract against the Contractor or its subcontractors as a result of or relating to the Contractor’s performance under this Contract.

10.4 The State has no obligation for the payment of any judgments or the settlement of any claims against the Contractor or its subcontractors as a result of or relating to the Contractor’s performance under this Contract.

10.5 The Contractor shall immediately notify the Procurement Officer of any claim or suit made or filed against the Contractor or its subcontractors regarding any matter resulting from, or relating to, the Contractor’s obligations under the Contract, and will cooperate, assist, and consult with the State in the defense or

53

Page 54: Services Procurement Solicitation Templatedhcd.maryland.gov/.../204CIFProposalFinalJune26.docx  · Web view1.1Summary Statement. ... including approval by the Board of Public Works,

investigation of any claim, suit, or action made or filed against the State as a result of, or relating to, the Contractor’s performance under this Contract.

10.6 This Section 10 shall survive termination of this Contract.

11. Non-Hiring of Employees

No official or employee of the State, as defined under Md. Code Ann., General Provisions Article, § 5-101, whose duties as such official or employee include matters relating to or affecting the subject matter of this Contract, shall, during the pendency and term of this Contract and while serving as an official or employee of the State, become or be an employee of the Contractor or any entity that is a subcontractor on this Contract.

12. Disputes

This Contract shall be subject to the provisions of Md. Code Ann., State Finance and Procurement Article, Title 15, Subtitle 2, and COMAR 21.10 (Administrative and Civil Remedies). Pending resolution of a claim, the Contractor shall proceed diligently with the performance of the Contract in accordance with the Procurement Officer’s decision. Unless a lesser period is provided by applicable statute, regulation, or the Contract, the Contractor must file a written notice of claim with the Procurement Officer within thirty (30) days after the basis for the claim is known or should have been known, whichever is earlier. Contemporaneously with or within thirty (30) days of the filing of a notice of claim, but no later than the date of final payment under the Contract, the Contractor must submit to the Procurement Officer its written claim containing the information specified in COMAR 21.10.04.02.

13. Maryland Law

13.1 This Contract shall be construed, interpreted, and enforced according to the laws of the State of Maryland.

13.2 The Md. Code Ann., Commercial Law Article, Title 22, Maryland Uniform Computer Information Transactions Act, does not apply to this Contract or to any purchase order or Notice to Proceed issued under this Contract.

13.3 Any and all references to the Maryland Code, Annotated contained in this Contract shall be construed to refer to such Code sections as are from time to time amended.

14. Nondiscrimination in Employment

The Contractor agrees: (a) not to discriminate in any manner against an employee or applicant for employment because of race, color, religion, creed, age, sex, marital status, national origin, sexual orientation, sexual identity, ancestry, or disability of a qualified individual with a disability; (b) to include a provision similar to that contained in subsection (a), above, in any underlying subcontract except a subcontract for standard commercial supplies or raw materials; and (c) to post and to cause subcontractors to post in conspicuous places available to employees and applicants for employment, notices setting forth the substance of this clause.

15. Contingent Fee Prohibition

The Contractor warrants that it has not employed or retained any person, partnership, corporation, or other entity, other than a bona fide employee, bona fide agent, bona fide salesperson, or commercial selling agency working for the business, to solicit or secure the Contract, and that the business has not paid or agreed to pay any person, partnership, corporation, or other entity, other than a bona fide employee, bona fide agent, bona fide salesperson, or commercial selling agency, any fee or any other consideration contingent on the making of this Contract.

54

Page 55: Services Procurement Solicitation Templatedhcd.maryland.gov/.../204CIFProposalFinalJune26.docx  · Web view1.1Summary Statement. ... including approval by the Board of Public Works,

16. Non-availability of Funding

If the General Assembly fails to appropriate funds or if funds are not otherwise made available for continued performance for any fiscal period of this Contract succeeding the first fiscal period, this Contract shall be canceled automatically as of the beginning of the fiscal year for which funds were not appropriated or otherwise made available; provided, however, that this will not affect either the State’s rights or the Contractor’s rights under any termination clause in this Contract. The effect of termination of the Contract hereunder will be to discharge both the Contractor and the State from future performance of the Contract, but not from their rights and obligations existing at the time of termination. The Contractor shall be reimbursed for the reasonable value of any nonrecurring costs incurred but not amortized in the price of the Contract. The State shall notify the Contractor as soon as it has knowledge that funds may not be available for the continuation of this Contract for each succeeding fiscal period beyond the first.

17. Termination for Cause

If the Contractor fails to fulfill its obligations under this Contract properly and on time, or otherwise violates any provision of the Contract, the State may terminate the Contract by written notice to the Contractor. The notice shall specify the acts or omissions relied upon as cause for termination. All finished or unfinished work provided by the Contractor shall, at the State’s option, become the State’s property. The State shall pay the Contractor fair and equitable compensation for satisfactory performance prior to receipt of notice of termination, less the amount of damages caused by the Contractor’s breach. If the damages are more than the compensation payable to the Contractor, the Contractor will remain liable after termination and the State can affirmatively collect damages. Termination hereunder, including the termination of the rights and obligations of the parties, shall be governed by the provisions of COMAR 21.07.01.11B.

18. Termination for Convenience

The performance of work under this Contract may be terminated by the State in accordance with this clause in whole, or from time to time in part, whenever the State shall determine that such termination is in the best interest of the State. The State will pay all reasonable costs associated with this Contract that the Contractor has incurred up to the date of termination, and all reasonable costs associated with termination of the Contract; provided, however, the Contractor shall not be reimbursed for any anticipatory profits that have not been earned up to the date of termination. Termination hereunder, including the determination of the rights and obligations of the parties, shall be governed by the provisions of COMAR 21.07.01.12A(2).

19. Delays and Extensions of Time

The Contractor agrees to prosecute the work continuously and diligently and no charges or claims for damages shall be made by it for any delays, interruptions, interferences, or hindrances from any cause whatsoever during the progress of any portion of the work specified in this Contract.

Time extensions will be granted only for excusable delays that arise from unforeseeable causes beyond the control and without the fault or negligence of the Contractor, including but not restricted to, acts of God, acts of the public enemy, acts of the State in either its sovereign or contractual capacity, acts of another Contractor in the performance of a contract with the State, fires, floods, epidemics, quarantine restrictions, strikes, freight embargoes, or delays of subcontractors or suppliers arising from unforeseeable causes beyond the control and without the fault or negligence of either the Contractor or the subcontractors or suppliers.

20. Suspension of Work

55

Page 56: Services Procurement Solicitation Templatedhcd.maryland.gov/.../204CIFProposalFinalJune26.docx  · Web view1.1Summary Statement. ... including approval by the Board of Public Works,

The State unilaterally may order the Contractor in writing to suspend, delay, or interrupt all or any part of its performance for such period of time as the Procurement Officer may determine to be appropriate for the convenience of the State.

21. Pre-Existing Regulations

In accordance with the provisions of Md. Code Ann., State Finance and Procurement Article, § 11-206, the regulations set forth in Title 21 of the Code of Maryland Regulations (COMAR 21) in effect on the date of execution of this Contract are applicable to this Contract.

22. Financial Disclosure

The Contractor shall comply with the provisions of Md. Code Ann., State Finance and Procurement Article, § 13-221, which requires that every person that enters into contracts, leases, or other agreements with the State or its agencies during a calendar year under which the business is to receive in the aggregate, $100,000 or more, shall within thirty (30) days of the time when the aggregate value of these contracts, leases or other agreements reaches $100,000, file with the Secretary of the State certain specified information to include disclosure of beneficial ownership of the business.

23. Political Contribution Disclosure

The Contractor shall comply with Md. Code Ann., Election Law Article, Title 14, which requires that every person that enters into a contract for a procurement with the State, a county, or a municipal corporation, or other political subdivision of the State, during a calendar year in which the person receives a contract with a governmental entity in the amount of $200,000 or more, shall, file with the State Board of Elections statements disclosing: (a) any contributions made during the reporting period to a candidate for elective office in any primary or general election; and (b) the name of each candidate to whom one or more contributions in a cumulative amount of $500 or more were made during the reporting period. The statement shall be filed with the State Board of Elections: (a) before execution of a contract by the State, a county, a municipal corporation, or other political subdivision of the State, and shall cover the 24 months prior to when a contract was awarded; and (b) if the contribution is made after the execution of a contract, then twice a year, throughout the contract term, on: (i) February 5, to cover the six (6) month period ending January 31; and (ii) August 5, to cover the six (6) month period ending July 31. Additional information is available on the State Board of Elections website: http://www.elections.state.md.us/campaign_finance/index.html.

24. Documents Retention and Inspection Clause

The Contractor and subcontractors shall retain and maintain all records and documents relating to this Contract for a period of five (5) years after final payment by the State hereunder or any applicable statute of limitations or federal retention requirements (such as HIPAA), whichever is longer, and shall make them available for inspection and audit by authorized representatives of the State, including the Procurement Officer or designee, at all reasonable times. All records related in any way to the Contract are to be retained for the entire time provided under this section. In the event of any audit, the Contractor shall provide assistance to the State, without additional compensation, to identify, investigate, and reconcile any audit discrepancies and/or variances. This Section 24 shall survive expiration or termination of the Contract.

25. Compliance with Laws

The Contractor hereby represents and warrants that:

25.1 It is qualified to do business in the State and that it will take such action as, from time to time hereafter, may be necessary to remain so qualified;

56

Page 57: Services Procurement Solicitation Templatedhcd.maryland.gov/.../204CIFProposalFinalJune26.docx  · Web view1.1Summary Statement. ... including approval by the Board of Public Works,

25.2 It is not in arrears with respect to the payment of any monies due and owing the State, or any department or unit thereof, including but not limited to the payment of taxes and employee benefits, and that it shall not become so in arrears during the term of this Contract;

25.3 It shall comply with all federal, State and local laws, regulations, and ordinances applicable to its activities and obligations under this Contract; and

25.4 It shall obtain, at its expense, all licenses, permits, insurance, and governmental approvals, if any, necessary to the performance of its obligations under this Contract.

26. Cost and Price Certification

By submitting cost or price information, the Contractor certifies to the best of its knowledge that the information submitted is accurate, complete, and current as of the date of its Bid/Proposal.

The price under this Contract and any change order or modification hereunder, including profit or fee, shall be adjusted to exclude any significant price increases occurring because the Contractor furnished cost or price information which, as of the date of its Bid/Proposal, was inaccurate, incomplete, or not current.

27. Subcontracting; Assignment

The Contractor may not subcontract any portion of the services provided under this Contract without obtaining the prior written approval of the Procurement Officer, nor may the Contractor assign this Contract or any of its rights or obligations hereunder, without the prior written approval of the Procurement Officer provided, however, that a contractor may assign monies receivable under a contract after due notice to the State. Any subcontracts shall include such language as may be required in various clauses contained within this Contract, exhibits, and attachments. The Contract shall not be assigned until all approvals, documents, and affidavits are completed and properly registered. The State shall not be responsible for fulfillment of the Contractor’s obligations to its subcontractors.

28. Liability

28.1 For breach of this Contract, negligence, misrepresentation, or any other contract or tort claim, Contractor shall be liable as follows:

a. For infringement of patents, copyrights, trademarks, service marks, and/or trade secrets, as provided in Section 7 of this Contract;

b. Without limitation for damages for bodily injury (including death) and damage to real property and tangible personal property; and

c. For all other claims, damages, losses, costs, expenses, suits, or actions in any way related to this Contract, regardless of the form Contractor’s liability for third party claims arising under Section 10 of this Contract shall be unlimited if the State is not immune from liability for claims arising under Section 10.

29. Parent Company Guarantee (If Applicable) (Note that if there is a guarantor, the guarantor should be named as party and signatory to the Contract and should be in good standing with SDAT)

(Corporate name of Contractor’s Parent Company) hereby guarantees absolutely the full, prompt, and complete performance by (Contractor) of all the terms, conditions and obligations contained in this Contract, as it may be amended from time to time, including any and all exhibits that are now or may become incorporated hereunto, and other obligations of every nature and kind that now or may in the future arise out of or in connection with this Contract, including any and all financial commitments, obligations, and liabilities. (Corporate name of Contractor’s

57

Page 58: Services Procurement Solicitation Templatedhcd.maryland.gov/.../204CIFProposalFinalJune26.docx  · Web view1.1Summary Statement. ... including approval by the Board of Public Works,

Parent Company) may not transfer this absolute guaranty to any other person or entity without the prior express written approval of the State, which approval the State may grant, withhold, or qualify in its sole and absolute subjective discretion. (Corporate name of Contractor’s Parent Company) further agrees that if the State brings any claim, action, suit or proceeding against (Contractor), (Corporate name of Contractor’s Parent Company) may be named as a party, in its capacity as Absolute Guarantor.

30. Commercial Nondiscrimination

30.1 As a condition of entering into this Contract, Contractor represents and warrants that it will comply with the State’s Commercial Nondiscrimination Policy, as described at Md. Code Ann., State Finance and Procurement Article, Title 19.  As part of such compliance, Contractor may not discriminate on the basis of race, color, religion, ancestry or national origin, sex, age, marital status, sexual orientation, sexual identity, or on the basis of disability or other unlawful forms of discrimination in the solicitation, selection, hiring, or commercial treatment of subcontractors, vendors, suppliers, or commercial customers, nor shall Contractor retaliate against any person for reporting instances of such discrimination.  Contractor shall provide equal opportunity for subcontractors, vendors, and suppliers to participate in all of its public sector and private sector subcontracting and supply opportunities, provided that this clause does not prohibit or limit lawful efforts to remedy the effects of marketplace discrimination that have occurred or are occurring in the marketplace.  Contractor understands that a material violation of this clause shall be considered a material breach of this Contract and may result in termination of this Contract, disqualification of Contractor from participating in State contracts, or other sanctions.  This clause is not enforceable by or for the benefit of, and creates no obligation to, any third party.

30.2 The Contractor shall include the above Commercial Nondiscrimination clause, or similar clause approved by the Department, in all subcontracts.

30.3 As a condition of entering into this Contract, upon the request of the Commission on Civil Rights, and only after the filing of a complaint against Contractor under Md. Code Ann., State Finance and Procurement Article, Title 19, as amended from time to time, Contractor agrees to provide within sixty (60) days after the request a complete list of the names of all subcontractors, vendors, and suppliers that Contractor has used in the past four (4) years on any of its contracts that were undertaken within the State of Maryland, including the total dollar amount paid by Contractor on each subcontract or supply contract.  Contractor further agrees to cooperate in any investigation conducted by the State pursuant to the State’s Commercial Nondiscrimination Policy as set forth at Md. Code Ann., State Finance and Procurement Article, Title 19, and to provide any documents relevant to any investigation that are requested by the State.  Contractor understands that violation of this clause is a material breach of this Contract and may result in contract termination, disqualification by the State from participating in State contracts, and other sanctions.

31. Prompt Pay Requirements

31.1 If the Contractor withholds payment of an undisputed amount to its subcontractor, theDepartment, at its option and in its sole discretion, may take one or more of the following actions:

a. Not process further payments to the contractor until payment to the subcontractor is verified;b. Suspend all or some of the contract work without affecting the completion date(s) for the contract work;c. Pay or cause payment of the undisputed amount to the subcontractor from monies otherwise due or that

may become due;d. Place a payment for an undisputed amount in an interest-bearing escrow account; ore. Take other or further actions as appropriate to resolve the withheld payment.

31.2 An “undisputed amount” means an amount owed by the Contractor to a subcontractor for which there is no good faith dispute. Such “undisputed amounts” include, without limitation:

58

Page 59: Services Procurement Solicitation Templatedhcd.maryland.gov/.../204CIFProposalFinalJune26.docx  · Web view1.1Summary Statement. ... including approval by the Board of Public Works,

a. Retainage which had been withheld and is, by the terms of the agreement between theContractor and subcontractor, due to be distributed to the subcontractor; and

b. An amount withheld because of issues arising out of an agreement or occurrence unrelated to the agreement under which the amount is withheld.

31.3 An act, failure to act, or decision of a Procurement Officer or a representative of the Department, concerning a withheld payment between the Contractor and a subcontractor under this provision, may not:

a. Affect the rights of the contracting parties under any other provision of law;b. Be used as evidence on the merits of a dispute between the Department and the contractor in any other

proceeding; orc. Result in liability against or prejudice the rights of the Department.

31.4 The remedies enumerated above are in addition to those provided under COMAR 21.11.03.13 with respect to subcontractors that have contracted pursuant to the Minority Business Enterprise (MBE) program.

31.5 To ensure compliance with certified MBE subcontract participation goals, the Department may, consistent with COMAR 21.11.03.13, take the following measures:

a. Verify that the certified MBEs listed in the MBE participation schedule actually are performing work and receiving compensation as set forth in the MBE participation schedule.

b. This verification may include, as appropriate:i. Inspecting any relevant records of the Contractor;ii. Inspecting the jobsite; andiii. Interviewing subcontractors and workers.iv. Verification shall include a review of:

(a) The Contractor’s monthly report listing unpaid invoices over thirty (30) days old from certified MBE subcontractors and the reason for nonpayment; and

(b) The monthly report of each certified MBE subcontractor, which lists payments received from the Contractor in the preceding thirty (30) days and invoices for which the subcontractor has not been paid.

c. If the Department determines that the Contractor is not in compliance with certified MBE participation goals, then the Department will notify the Contractor in writing of its findings, and will require the Contractor to take appropriate corrective action. Corrective action may include, but is not limited to, requiring the Contractor to compensate the MBE for work performed as set forth in the MBE participation schedule.

d. If the Department determines that the Contractor is in material noncompliance withMBE contract provisions and refuses or fails to take the corrective action that the Department requires, then the Department may:i. Terminate the contract;ii. Refer the matter to the Office of the Attorney General for appropriate action; oriii. Initiate any other specific remedy identified by the contract, including the contractual remedies

required by any applicable laws, regulations, and directives regarding the payment of undisputed amounts.

e. Upon completion of the Contract, but before final payment or release of retainage or both, the Contractor shall submit a final report, in affidavit form under the penalty of perjury, of all payments made to, or withheld from, MBE subcontractors.

32. Liquidated Damages

32.1 The Contract requires the Contractor to make good faith efforts to comply with the Minority Business Enterprise (“MBE”) Program and Contract provisions. The State and the Contractor acknowledge and agree that the State will incur economic damages and losses, including, but not limited to, loss of goodwill,

59

Page 60: Services Procurement Solicitation Templatedhcd.maryland.gov/.../204CIFProposalFinalJune26.docx  · Web view1.1Summary Statement. ... including approval by the Board of Public Works,

detrimental impact on economic development, and diversion of internal staff resources, if the Contractor does not make good faith efforts to comply with the requirements of the MBE Program and pertinent MBE Contract provisions. The parties further acknowledge and agree that the damages the State might reasonably be anticipated to accrue as a result of such lack of compliance are difficult or impossible to ascertain with precision and that liquidated damages represent a fair, reasonable, and appropriate estimation of damages.

Upon a determination by the State that the Contractor failed to make good faith efforts to comply with one or more of the specified MBE Program requirements or pertinent MBE Contract provisions and without the State being required to present any evidence of the amount or character of actual damages sustained, the Contractor agrees to pay liquidated damages to the State at the rates set forth below. Such liquidated damages are intended to represent estimated actual damages and are not intended as a penalty. The Contractor expressly agrees that the State may withhold payment on any invoices as an offset against liquidated damages owed. The Contractor further agrees that for each specified violation, the agreed-upon liquidated damages are reasonably proximate to the loss the State is anticipated to incur as a result of each violation.

32.1.1 Failure to submit each monthly payment report in full compliance with COMAR 21.11.03.13B(3): $ 25.15 per day until the monthly report is submitted as required.

32.1.2 Failure to include in its agreements with MBE subcontractors a provision requiring submission of payment reports in full compliance with COMAR 21.11.03.13B(4): $88.04 per MBE subcontractor.

32.1.3 Failure to comply with COMAR 21.11.03.12 in terminating, canceling, or changing the scope of work/value of a contract with an MBE subcontractor and/or amendment of the MBE participation schedule: the difference between the dollar value of the MBE participation commitment on the MBE participation schedule for that specific MBE firm and the dollar value of the work performed by that MBE firm for the Contract.

32.1.4 Failure to meet the Contractor’s total MBE participation goal and subgoal commitments: the difference between the dollar value of the total MBE participation commitment on the MBE participation schedule and the MBE participation actually achieved.

32.1.5 Failure to promptly pay all undisputed amounts to a subcontractor in full compliance with the prompt payment provisions of the Contract: $94.33 per day until the undisputed amount due to the subcontractor is paid.

32.2 Notwithstanding the assessment or availability of liquidated damages, the State reserves the right to terminate the Contract and to exercise any and all other rights or remedies which may be available under the Contract or which otherwise may be available at law or in equity.

33. Living Wage

If a Contractor subject to the Living Wage law fails to submit all records required under COMAR 21.11.10.05 to the Commissioner of Labor and Industry at the Department of Labor, Licensing and Regulation, the agency may withhold payment of any invoice or retainage. The agency may require certification from the Commissioner on a quarterly basis that such records were properly submitted.

34. Contract Monitor and Procurement Officer

The work to be accomplished under this Contract shall be performed under the direction of the Contract Monitor. All matters relating to the interpretation of this Contract shall be referred to the Procurement Officer for determination.

60

Page 61: Services Procurement Solicitation Templatedhcd.maryland.gov/.../204CIFProposalFinalJune26.docx  · Web view1.1Summary Statement. ... including approval by the Board of Public Works,

35. Notices

All notices hereunder shall be in writing and either delivered personally or sent by certified or registered mail, postage prepaid, as follows:

If to the State: Michael ConawayProcurement OfficerDHCD7800 Harkins RoadLanham, MD 20706

If to the Contractor: ____________________________________________________________________________________________________________________________________________________________________

36. Miscellaneous

36.1 Any provision of this Contract which contemplates performance or observance subsequent to any termination or expiration of this contract shall survive termination or expiration of this contract and continue in full force and effect.

36.2 If any term contained in this contract is held or finally determined to be invalid, illegal, or unenforceable in any respect, in whole or in part, such term shall be severed from this contract, and the remaining terms contained herein shall continue in full force and effect, and shall in no way be affected, prejudiced, or disturbed thereby.

IN WITNESS THEREOF, the parties have executed this Contract as of the date hereinabove set forth.

CONTRACTOR STATE OF MARYLANDDEPARTMENT OF HOUSING AND COMMUNITY DEVELOPMENT

___________________________________ ___________________________________By: By: Kenneth C. Holt

Secretary

___________________________________ Or designee:Date

___________________________________

___________________________________Date

Approved for form and legal sufficiencythis ____ day of _____________, 20___.

______________________________________Assistant Attorney General

APPROVED BY BPW: _________________ _____________

61

Page 62: Services Procurement Solicitation Templatedhcd.maryland.gov/.../204CIFProposalFinalJune26.docx  · Web view1.1Summary Statement. ... including approval by the Board of Public Works,

(Date) (BPW Item #)

62

Page 63: Services Procurement Solicitation Templatedhcd.maryland.gov/.../204CIFProposalFinalJune26.docx  · Web view1.1Summary Statement. ... including approval by the Board of Public Works,

ATTACHMENT B – BID/PROPOSAL AFFIDAVIT

A. AUTHORITY

I hereby affirm that I, _______________ (name of affiant) am the ______________(title) and duly authorized representative of ______________(name of business entity) and that I possess the legal authority to make this affidavit on behalf of the business for which I am acting.

B. CERTIFICATION REGARDING COMMERCIAL NONDISCRIMINATION

The undersigned Bidder/Offeror hereby certifies and agrees that the following information is correct: In preparing its Bid/Proposal on this project, the Bidder/Offeror has considered all Proposals submitted from qualified, potential subcontractors and suppliers, and has not engaged in "discrimination" as defined in § 19-103 of the State Finance and Procurement Article of the Annotated Code of Maryland. "Discrimination" means any disadvantage, difference, distinction, or preference in the solicitation, selection, hiring, or commercial treatment of a vendor, subcontractor, or commercial customer on the basis of race, color, religion, ancestry, or national origin, sex, age, marital status, sexual orientation, sexual identity, or on the basis of disability or any otherwise unlawful use of characteristics regarding the vendor's, supplier's, or commercial customer's employees or owners. "Discrimination" also includes retaliating against any person or other entity for reporting any incident of "discrimination". Without limiting any other provision of the solicitation on this project, it is understood that, if the certification is false, such false certification constitutes grounds for the State to reject the Bid/Proposal submitted by the Bidder/Offeror on this project, and terminate any contract awarded based on the Bid/Proposal. As part of its Bid/Proposal, the Bidder/Offeror herewith submits a list of all instances within the past 4 years where there has been a final adjudicated determination in a legal or administrative proceeding in the State of Maryland that the Bidder/Offeror discriminated against subcontractors, vendors, suppliers, or commercial customers, and a description of the status or resolution of that determination, including any remedial action taken. Bidder/Offeror agrees to comply in all respects with the State's Commercial Nondiscrimination Policy as described under Title 19 of the State Finance and Procurement Article of the Annotated Code of Maryland.

B-1. CERTIFICATION REGARDING MINORITY BUSINESS ENTERPRISES.

The undersigned Bidder/Offeror hereby certifies and agrees that it has fully complied with the State Minority Business Enterprise Law, State Finance and Procurement Article, § 14-308(a)(2), Annotated Code of Maryland, which provides that, except as otherwise provided by law, a contractor may not identify a certified minority business enterprise in a Bid/Proposal and:

(1) Fail to request, receive, or otherwise obtain authorization from the certified minority business enterprise to identify the certified minority Proposal;

(2) Fail to notify the certified minority business enterprise before execution of the contract of its inclusion in the Bid/Proposal;

(3) Fail to use the certified minority business enterprise in the performance of the contract; or

(4) Pay the certified minority business enterprise solely for the use of its name in the Bid/Proposal.

Without limiting any other provision of the solicitation on this project, it is understood that if the certification is false, such false certification constitutes grounds for the State to reject the Bid/Proposal submitted by the Bidder/Offeror on this project, and terminate any contract awarded based on the Bid/Proposal.

B-2. CERTIFICATION REGARDING VETERAN-OWNED SMALL BUSINESS ENTERPRISES.

63

Page 64: Services Procurement Solicitation Templatedhcd.maryland.gov/.../204CIFProposalFinalJune26.docx  · Web view1.1Summary Statement. ... including approval by the Board of Public Works,

The undersigned Bidder/Offeror hereby certifies and agrees that it has fully complied with the State veteran-owned small business enterprise law, State Finance and Procurement Article, § 14-605, Annotated Code of Maryland, which provides that a person may not:

(1) Knowingly and with intent to defraud, fraudulently obtain, attempt to obtain, or aid another person in fraudulently obtaining or attempting to obtain public money, procurement contracts, or funds expended under a procurement contract to which the person is not entitled under this title;

(2) Knowingly and with intent to defraud, fraudulently represent participation of a veteran–owned small business enterprise in order to obtain or retain a Bid/Proposal preference or a procurement contract;

(3) Willfully and knowingly make or subscribe to any statement, declaration, or other document that is fraudulent or false as to any material matter, whether or not that falsity or fraud is committed with the knowledge or consent of the person authorized or required to present the declaration, statement, or document;

(4) Willfully and knowingly aid, assist in, procure, counsel, or advise the preparation or presentation of a declaration, statement, or other document that is fraudulent or false as to any material matter, regardless of whether that falsity or fraud is committed with the knowledge or consent of the person authorized or required to present the declaration, statement, or document;

(5) Willfully and knowingly fail to file any declaration or notice with the unit that is required by COMAR 21.11.12; or

(6) Establish, knowingly aid in the establishment of, or exercise control over a business found to have violated a provision of § B-2(1)-(5) of this regulation.

C. AFFIRMATION REGARDING BRIBERY CONVICTIONS

I FURTHER AFFIRM THAT:

Neither I, nor to the best of my knowledge, information, and belief, the above business (as is defined in Section 16-101(b) of the State Finance and Procurement Article of the Annotated Code of Maryland), or any of its officers, directors, partners, controlling stockholders, or any of its employees directly involved in the business's contracting activities including obtaining or performing contracts with public bodies has been convicted of, or has had probation before judgment imposed pursuant to Criminal Procedure Article, § 6-220, Annotated Code of Maryland, or has pleaded nolo contendere to a charge of, bribery, attempted bribery, or conspiracy to bribe in violation of Maryland law, or of the law of any other state or federal law, except as follows (indicate the reasons why the affirmation cannot be given and list any conviction, plea, or imposition of probation before judgment with the date, court, official or administrative body, the sentence or disposition, the name(s) of person(s) involved, and their current positions and responsibilities with the business):

____________________________________________________________

____________________________________________________________

___________________________________________________________.

D. AFFIRMATION REGARDING OTHER CONVICTIONS

I FURTHER AFFIRM THAT:

64

Page 65: Services Procurement Solicitation Templatedhcd.maryland.gov/.../204CIFProposalFinalJune26.docx  · Web view1.1Summary Statement. ... including approval by the Board of Public Works,

Neither I, nor to the best of my knowledge, information, and belief, the above business, or any of its officers, directors, partners, controlling stockholders, or any of its employees directly involved in the business's contracting activities including obtaining or performing contracts with public bodies, has:

(1) Been convicted under state or federal statute of:

(a) A criminal offense incident to obtaining, attempting to obtain, or performing a public or private contract; or

(b) Fraud, embezzlement, theft, forgery, falsification or destruction of records or receiving stolen property;

(2) Been convicted of any criminal violation of a state or federal antitrust statute;

(3) Been convicted under the provisions of Title 18 of the United States Code for violation of the Racketeer Influenced and Corrupt Organization Act, 18 U.S.C. § 1961 et seq., or the Mail Fraud Act, 18 U.S.C. § 1341 et seq., for acts in connection with the submission of Bids/Proposals for a public or private contract;

(4) Been convicted of a violation of the State Minority Business Enterprise Law, § 14-308 of the State Finance and Procurement Article of the Annotated Code of Maryland;

(5) Been convicted of a violation of § 11-205.1 of the State Finance and Procurement Article of the Annotated Code of Maryland;

(6) Been convicted of conspiracy to commit any act or omission that would constitute grounds for conviction or liability under any law or statute described in subsections (1)—(5) above;

(7) Been found civilly liable under a state or federal antitrust statute for acts or omissions in connection with the submission of Bids/Proposals for a public or private contract;

(8) Been found in a final adjudicated decision to have violated the Commercial Nondiscrimination Policy under Title 19 of the State Finance and Procurement Article of the Annotated Code of Maryland with regard to a public or private contract;

(9) Been convicted of a violation of one or more of the following provisions of the Internal Revenue Code:

(a) §7201, Attempt to Evade or Defeat Tax;

(b) §7203, Willful Failure to File Return, Supply Information, or Pay Tax,

(c) §7205, Fraudulent Withholding Exemption Certificate or Failure to Supply Information,

(d) §7205, Fraud and False Statements, or

(e) §7207, Fraudulent Returns, Statements, or Other Documents;

(10) Been convicted of a violation of 18 U.S.C. §286, Conspiracy to Defraud the Government with Respect to Claims, 18 U.S.C. §287, False, Fictitious, or Fraudulent Claims, or 18 U.S.C. §371, Conspiracy to Defraud the United States;

(11) Been convicted of a violation of the Tax-General Article, Title 13, Subtitle 7 or Subtitle 10, Annotated Code of Maryland;

65

Page 66: Services Procurement Solicitation Templatedhcd.maryland.gov/.../204CIFProposalFinalJune26.docx  · Web view1.1Summary Statement. ... including approval by the Board of Public Works,

(12) Been found to have willfully or knowingly violated State Prevailing Wage Laws as provided in the State Finance and Procurement Article, Title 17, Subtitle 2, Annotated Code of Maryland, if:

(a) A court:

(i) Made the finding; and

(ii) Decision became final; or

(b) The finding was:

(i) Made in a contested case under the Maryland Administrative Procedure Act; and

(ii) Not overturned on judicial review;

(13) Been found to have willfully or knowingly violated State Living Wage Laws as provided in the State Finance and Procurement Article, Title 18, Annotated Code of Maryland, if:

(a) A court:

(i) Made the finding; and

(ii) Decision became final; or

(b) The finding was:

(i) Made in a contested case under the Maryland Administrative Procedure Act; and

(ii) Not overturned on judicial review;

(14) Been found to have willfully or knowingly violated the Labor and Employment Article, Title 3, Subtitles 3, 4, or 5, or Title 5, Annotated Code of Maryland, if:

(a) A court:

(i) Made the finding; and

(ii) Decision became final; or

(b) The finding was:

(i) Made in a contested case under the Maryland Administrative Procedure Act; and

(ii) Not overturned on judicial review; or

(15) Admitted in writing or under oath, during the course of an official investigation or other proceedings, acts or omissions that would constitute grounds for conviction or liability under any law or statute described in §§ B and C and subsections D(1)—(14) above, except as follows (indicate reasons why the affirmations cannot be given, and list any conviction, plea, or imposition of probation before judgment with the date, court, official or administrative body, the sentence or disposition, the name(s) of the person(s) involved and their current positions and responsibilities with the business, and the status of any debarment):

66

Page 67: Services Procurement Solicitation Templatedhcd.maryland.gov/.../204CIFProposalFinalJune26.docx  · Web view1.1Summary Statement. ... including approval by the Board of Public Works,

____________________________________________________________

____________________________________________________________

___________________________________________________________.

E. AFFIRMATION REGARDING DEBARMENT

I FURTHER AFFIRM THAT:

Neither I, nor to the best of my knowledge, information, and belief, the above business, or any of its officers, directors, partners, controlling stockholders, or any of its employees directly involved in the business's contracting activities, including obtaining or performing contracts with public bodies, has ever been suspended or debarred (including being issued a limited denial of participation) by any public entity, except as follows (list each debarment or suspension providing the dates of the suspension or debarment, the name of the public entity and the status of the proceedings, the name(s) of the person(s) involved and their current positions and responsibilities with the business, the grounds of the debarment or suspension, and the details of each person's involvement in any activity that formed the grounds of the debarment or suspension).

____________________________________________________________

____________________________________________________________

___________________________________________________________.

F. AFFIRMATION REGARDING DEBARMENT OF RELATED ENTITIES

I FURTHER AFFIRM THAT:

(1) The business was not established and it does not operate in a manner designed to evade the application of or defeat the purpose of debarment pursuant to Sections 16-101, et seq., of the State Finance and Procurement Article of the Annotated Code of Maryland; and

(2) The business is not a successor, assignee, subsidiary, or affiliate of a suspended or debarred business, except as follows (you must indicate the reasons why the affirmations cannot be given without qualification):

____________________________________________________________

____________________________________________________________

___________________________________________________________.

G. SUBCONTRACT AFFIRMATION

I FURTHER AFFIRM THAT:

Neither I, nor to the best of my knowledge, information, and belief, the above business, has knowingly entered into a contract with a public body under which a person debarred or suspended under Title 16 of the State Finance and Procurement Article of the Annotated Code of Maryland will provide, directly or indirectly, supplies, services, architectural services, construction related services, leases of real property, or construction.

67

Page 68: Services Procurement Solicitation Templatedhcd.maryland.gov/.../204CIFProposalFinalJune26.docx  · Web view1.1Summary Statement. ... including approval by the Board of Public Works,

H. AFFIRMATION REGARDING COLLUSION

I FURTHER AFFIRM THAT:

Neither I, nor to the best of my knowledge, information, and belief, the above business has:

(1) Agreed, conspired, connived, or colluded to produce a deceptive show of competition in the compilation of the accompanying Bid/Proposal that is being submitted;

(2) In any manner, directly or indirectly, entered into any agreement of any kind to fix the Bid/Proposal price of the Bidder/Offeror or of any competitor, or otherwise taken any action in restraint of free competitive bidding in connection with the contract for which the accompanying Bid/Proposal is submitted.

I. CERTIFICATION OF TAX PAYMENT

I FURTHER AFFIRM THAT:

Except as validly contested, the business has paid, or has arranged for payment of, all taxes due the State of Maryland and has filed all required returns and reports with the Comptroller of the Treasury, the State Department of Assessments and Taxation, and the Department of Labor, Licensing, and Regulation, as applicable, and will have paid all withholding taxes due the State of Maryland prior to final settlement.

J. CONTINGENT FEES

I FURTHER AFFIRM THAT:

The business has not employed or retained any person, partnership, corporation, or other entity, other than a bona fide employee, bona fide agent, bona fide salesperson, or commercial selling agency working for the business, to solicit or secure the Contract, and that the business has not paid or agreed to pay any person, partnership, corporation, or other entity, other than a bona fide employee, bona fide agent, bona fide salesperson, or commercial selling agency, any fee or any other consideration contingent on the making of the Contract.

K. CERTIFICATION REGARDING INVESTMENTS IN IRAN

(1) The undersigned certifies that, in accordance with State Finance and Procurement Article, §17-705, Annotated Code of Maryland:

(a) It is not identified on the list created by the Board of Public Works as a person engaging in investment activities in Iran as described in State Finance and Procurement Article, §17-702, Annotated Code of Maryland; and

(b) It is not engaging in investment activities in Iran as described in State Finance and Procurement Article, §17-702, Annotated Code of Maryland.

2. The undersigned is unable to make the above certification regarding its investment activities in Iran due to the following activities: ________________________________________________________

L. CONFLICT MINERALS ORIGINATED IN THE DEMOCRATIC REPUBLIC OF CONGO (FOR SUPPLIES AND SERVICES CONTRACTS)

I FURTHER AFFIRM THAT:

68

Page 69: Services Procurement Solicitation Templatedhcd.maryland.gov/.../204CIFProposalFinalJune26.docx  · Web view1.1Summary Statement. ... including approval by the Board of Public Works,

The business has complied with the provisions of State Finance and Procurement Article, §14-413, Annotated Code of Maryland governing proper disclosure of certain information regarding conflict minerals originating in the Democratic Republic of Congo or its neighboring countries as required by federal law.

M. I FURTHER AFFIRM THAT:

Any claims of environmental attributes made relating to a product or service included in the Bid or Proposal are consistent with the Federal Trade Commission’s Guides for the Use of Environmental Marketing Claims as provided in 16 CFR §260, that apply to claims about the environmental attributes of a product, package, or service in connection with the marketing, offering for sale, or sale of such item or service.

N. ACKNOWLEDGEMENT

I ACKNOWLEDGE THAT this Affidavit is to be furnished to the Procurement Officer and may be distributed to units of: (1) the State of Maryland; (2) counties or other subdivisions of the State of Maryland; (3) other states; and (4) the federal government. I further acknowledge that this Affidavit is subject to applicable laws of the United States and the State of Maryland, both criminal and civil, and that nothing in this Affidavit or any contract resulting from the submission of this Bid/Proposal shall be construed to supersede, amend, modify or waive, on behalf of the State of Maryland, or any unit of the State of Maryland having jurisdiction, the exercise of any statutory right or remedy conferred by the Constitution and the laws of Maryland with respect to any misrepresentation made or any violation of the obligations, terms and covenants undertaken by the above business with respect to (1) this Affidavit, (2) the contract, and (3) other Affidavits comprising part of the contract.

I DO SOLEMNLY DECLARE AND AFFIRM UNDER THE PENALTIES OF PERJURY THAT THE CONTENTS OF THIS AFFIDAVIT ARE TRUE AND CORRECT TO THE BEST OF MY KNOWLEDGE, INFORMATION, AND BELIEF.

Date: _______________________

By: __________________________________ (print name of Authorized Representative and Affiant)

___________________________________ (signature of Authorized Representative and Affiant)

SUBMIT THIS AFFIDAVIT WITH BID/PROPOSAL

69

Page 70: Services Procurement Solicitation Templatedhcd.maryland.gov/.../204CIFProposalFinalJune26.docx  · Web view1.1Summary Statement. ... including approval by the Board of Public Works,

ATTACHMENT C – CONTRACT AFFIDAVIT

A. AUTHORITY

I hereby affirm that I, _______________ (name of affiant) am the ______________(title) and duly authorized representative of ______________(name of business entity) and that I possess the legal authority to make this affidavit on behalf of the business for which I am acting.

B. CERTIFICATION OF REGISTRATION OR QUALIFICATION WITH THE STATE DEPARTMENT OF ASSESSMENTS AND TAXATION

I FURTHER AFFIRM THAT:

The business named above is a (check applicable box):

(1) Corporation — domestic or foreign;(2) Limited Liability Company — domestic or foreign;(3) Partnership — domestic or foreign;(4) Statutory Trust — domestic or foreign;(5) Sole Proprietorship.

and is registered or qualified as required under Maryland Law. I further affirm that the above business is in good standing both in Maryland and (IF APPLICABLE) in the jurisdiction where it is presently organized, and has filed all of its annual reports, together with filing fees, with the Maryland State Department of Assessments and Taxation. The name and address of its resident agent (IF APPLICABLE) filed with the State Department of Assessments and Taxation is:

Name and Department ID Number:_____________________________Address:_______________________________

and that if it does business under a trade name, it has filed a certificate with the State Department of Assessments and Taxation that correctly identifies that true name and address of the principal or owner as:

Name and Department ID Number:_____________________________Address:_______________________________

C. FINANCIAL DISCLOSURE AFFIRMATION

I FURTHER AFFIRM THAT:

I am aware of, and the above business will comply with, the provisions of State Finance and Procurement Article, §13-221, Annotated Code of Maryland, which require that every business that enters into contracts, leases, or other agreements with the State of Maryland or its agencies during a calendar year under which the business is to receive in the aggregate $100,000 or more shall, within 30 days of the time when the aggregate value of the contracts, leases, or other agreements reaches $100,000, file with the Secretary of State of Maryland certain specified information to include disclosure of beneficial ownership of the business.

D. POLITICAL CONTRIBUTION DISCLOSURE AFFIRMATION

I FURTHER AFFIRM THAT:

I am aware of, and the above business will comply with, Election Law Article, Title 14, Annotated Code of Maryland, which requires that every person that enters into a contract for a procurement with the State, a county, or a municipal

70

Page 71: Services Procurement Solicitation Templatedhcd.maryland.gov/.../204CIFProposalFinalJune26.docx  · Web view1.1Summary Statement. ... including approval by the Board of Public Works,

corporation, or other political subdivision of the State, during a calendar year in which the person receives a contract with a governmental entity in the amount of $200,000 or more, shall file with the State Board of Elections statements disclosing: (a) any contributions made during the reporting period to a candidate for elective office in any primary or general election; and (b) the name of each candidate to whom one or more contributions in a cumulative amount of $500 or more were made during the reporting period. The statement shall be filed with the State Board of Elections: (a) before execution of a contract by the State, a county, a municipal corporation, or other political subdivision of the State, and shall cover the 24 months prior to when a contract was awarded; and (b) if the contribution is made after the execution of a contract, then twice a year, throughout the contract term, on: (i) February 5, to cover the six (6) month period ending January 31; and (ii) August 5, to cover the six (6) month period ending July 31.

E. DRUG AND ALCOHOL FREE WORKPLACE

(Applicable to all contracts unless the contract is for a law enforcement agency and the agency head or the agency head’s designee has determined that application of COMAR 21.11.08 and this certification would be inappropriate in connection with the law enforcement agency’s undercover operations.)

I CERTIFY THAT:

(1) Terms defined in COMAR 21.11.08 shall have the same meanings when used in this certification.

(2) By submission of its Bid/Proposal, the business, if other than an individual, certifies and agrees that, with respect to its employees to be employed under a contract resulting from this solicitation, the business shall:

(a) Maintain a workplace free of drug and alcohol abuse during the term of the contract;

(b) Publish a statement notifying its employees that the unlawful manufacture, distribution, dispensing, possession, or use of drugs, and the abuse of drugs or alcohol is prohibited in the business' workplace and specifying the actions that will be taken against employees for violation of these prohibitions;

(c) Prohibit its employees from working under the influence of drugs or alcohol;

(d) Not hire or assign to work on the contract anyone who the business knows, or in the exercise of due diligence should know, currently abuses drugs or alcohol and is not actively engaged in a bona fide drug or alcohol abuse assistance or rehabilitation program;

(e) Promptly inform the appropriate law enforcement agency of every drug-related crime that occurs in its workplace if the business has observed the violation or otherwise has reliable information that a violation has occurred;

(f) Establish drug and alcohol abuse awareness programs to inform its employees about:

(i) The dangers of drug and alcohol abuse in the workplace; (ii) The business's policy of maintaining a drug and alcohol free workplace; (iii) Any available drug and alcohol counseling, rehabilitation, and employee assistance programs; and (iv) The penalties that may be imposed upon employees who abuse drugs and alcohol in the workplace;

(g) Provide all employees engaged in the performance of the contract with a copy of the statement required by §E(2)(b), above;

(h) Notify its employees in the statement required by §E(2)(b), above, that as a condition of continued employment on the contract, the employee shall:

(i) Abide by the terms of the statement; and

71

Page 72: Services Procurement Solicitation Templatedhcd.maryland.gov/.../204CIFProposalFinalJune26.docx  · Web view1.1Summary Statement. ... including approval by the Board of Public Works,

(ii) Notify the employer of any criminal drug or alcohol abuse conviction for an offense occurring in the workplace not later than 5 days after a conviction;

(i) Notify the procurement officer within 10 days after receiving notice under §E(2)(h)(ii), above, or otherwise receiving actual notice of a conviction;

(j) Within 30 days after receiving notice under §E(2)(h)(ii), above, or otherwise receiving actual notice of a conviction, impose either of the following sanctions or remedial measures on any employee who is convicted of a drug or alcohol abuse offense occurring in the workplace:

(i) Take appropriate personnel action against an employee, up to and including termination; or (ii) Require an employee to satisfactorily participate in a bona fide drug or alcohol abuse assistance or

rehabilitation program; and

(k) Make a good faith effort to maintain a drug and alcohol free workplace through implementation of §E(2)(a)—(j), above.

(3) If the business is an individual, the individual shall certify and agree as set forth in §E(4), below, that the individual shall not engage in the unlawful manufacture, distribution, dispensing, possession, or use of drugs or the abuse of drugs or alcohol in the performance of the contract.

(4) I acknowledge and agree that:

(a) The award of the contract is conditional upon compliance with COMAR 21.11.08 and this certification;

(b) The violation of the provisions of COMAR 21.11.08 or this certification shall be cause to suspend payments under, or terminate the contract for default under COMAR 21.07.01.11 or 21.07.03.15, as applicable; and

(c) The violation of the provisions of COMAR 21.11.08 or this certification in connection with the contract may, in the exercise of the discretion of the Board of Public Works, result in suspension and debarment of the business under COMAR 21.08.03.

F. CERTAIN AFFIRMATIONS VALID

I FURTHER AFFIRM THAT:

To the best of my knowledge, information, and belief, each of the affirmations, certifications, or acknowledgements contained in that certain Bid/Proposal Affidavit dated ________ , 201___ , and executed by me for the purpose of obtaining the contract to which this Exhibit is attached remains true and correct in all respects as if made as of the date of this Contract Affidavit and as if fully set forth herein.

I DO SOLEMNLY DECLARE AND AFFIRM UNDER THE PENALTIES OF PERJURY THAT THE CONTENTS OF THIS AFFIDAVIT ARE TRUE AND CORRECT TO THE BEST OF MY KNOWLEDGE, INFORMATION, AND BELIEF.

Date: ______________

By: __________________________ (printed name of Authorized Representative and Affiant)

_________________________________ (signature of Authorized Representative and Affiant)

72

Page 73: Services Procurement Solicitation Templatedhcd.maryland.gov/.../204CIFProposalFinalJune26.docx  · Web view1.1Summary Statement. ... including approval by the Board of Public Works,

ATTACHMENTS D – MINORITY BUSINESS ENTERPRISE FORMS

MBE ATTACHMENT D-1AMBE UTILIZATION AND FAIR SOLICITATION AFFIDAVIT

& MBE PARTICIPATION SCHEDULE - INSTRUCTIONS

PLEASE READ BEFORE COMPLETING THIS DOCUMENT

This form includes Instructions and the MBE Utilization and Fair Solicitation Affidavit & MBE Participation Schedule which must be submitted with the Bid/Proposal. If the Bidder/Offeror fails to accurately complete and submit this Affidavit and Schedule with the Bid or Proposal as required, the Procurement Officer shall deem the Bid non-responsive or shall determine that the Proposal is not reasonably susceptible of being selected for award.

1. Contractor shall structure its procedures for the performance of the work required in this Contract to attempt to achieve the minority business enterprise (MBE) subcontractor participation goal stated in the Invitation for Bids or Request for Proposals. Contractor agrees to exercise good faith efforts to carry out the requirements set forth in these Instructions, as authorized by the Code of Maryland Regulations (COMAR) 21.11.03.

2. MBE Goals and Subgoals: Please review the solicitation for information regarding the Contract’s MBE overall participation goals and subgoals. After satisfying the requirements for any established subgoals, the Contractor is encouraged to use a diverse group of subcontractors and suppliers from any/all of the various MBE classifications to meet the remainder of the overall MBE participation goal.

3. MBE means a minority business enterprise that is certified by the Maryland Department of Transportation (“MDOT”). Only MBEs certified by MDOT may be counted for purposes of achieving the MBE participation goals. In order to be counted for purposes of achieving the MBE participation goals, the MBE firm, including an MBE Prime, must be MDOT-certified for the services, materials or supplies that it is committed to perform on the MBE Participation Schedule.

4. Please refer to the MDOT MBE Directory at www.mdot.state.md.us to determine if a firm is certified with the appropriate North American Industry Classification System (“NAICS”) Code and the product/services description (specific product that a firm is certified to provide or specific areas of work that a firm is certified to perform). For more general information about NAICS, please visit www.naics.com. Only those specific products and/or services for which a firm is certified in the MDOT Directory can be used for purposes of achieving the MBE participation goals. WARNING: If the firm’s NAICS Code is in graduated status, such services/products may not be counted for purposes of achieving the MBE participation goals. A NAICS Code is in the graduated status if the term “Graduated” follows the Code in the MDOT MBE Directory.

5. Guidelines Regarding MBE Prime Self-Performance : Please note that when a certified MBE firm participates as a Prime contractor on a Contract, a procurement agency may count the distinct, clearly defined portion of the work of the Contract that the certified MBE firm performs with its own workforce toward fulfilling up to, but no more than, fifty-percent (50%) of the MBE participation goal (overall), including up to one hundred percent (100%) of not more than one of the MBE participation subgoals, if any, established for the Contract.  

In order to receive credit for self-performance, an MBE Prime must be certified in the appropriate NAICS code to do the work and must list its firm in the MBE Participation Schedule, including the certification category under which the MBE Prime is self-performing and include information regarding the work it will self-perform.  

For the remaining portion of the overall goal and the remaining subgoals, the MBE Prime must also identify on the MBE Participation Schedule the other certified MBE subcontractors used to meet those goals or request a waiver.   

73

Page 74: Services Procurement Solicitation Templatedhcd.maryland.gov/.../204CIFProposalFinalJune26.docx  · Web view1.1Summary Statement. ... including approval by the Board of Public Works,

These guidelines apply to the work performed by the MBE Prime that can be counted for purposes of meeting the MBE participation goals.  These requirements do not affect the MBE Prime’s ability to self-perform a greater portion of the work in excess of what is counted for purposes of meeting the MBE participation goals.   

Please note that the requirements to meet the MBE participation overall goal and subgoals are distinct and separate.  If the Contract has subgoals, regardless of MBE Prime’s ability to self-perform up to 50% of the overall goal (including up to 100% of any subgoal), the MBE Prime must either commit to other MBEs for each of any remaining subgoals or request a waiver.  As set forth in Attachment D1-B Waiver Guidance, the MBE Prime’s ability to self-perform certain portions of the work of the Contract will not be deemed a substitute for the good faith efforts to meet any remaining subgoal or the balance of the overall goal.  

In certain instances where the percentages allocated to MBE participation subgoals add up to more than 50% of the overall goal, the portion of self-performed work that an MBE Prime may count toward the overall goal may be limited to less than 50%.  Please refer to GOMA’s website (www.goma.maryland.gov) for the MBE Prime Regulations Q&A for illustrative examples.

6. Subject to items 1 through 5 above, when a certified MBE performs as a participant in a joint venture, a procurement agency may count a portion of the total dollar value of the Contract equal to the distinct, clearly-defined portion of the work of the contract that the certified MBE performs with its own workforce towards fulfilling the Contract goal, and not more than one of the Contract subgoals, if any.

7. As set forth in COMAR 21.11.03.12-1, once the Contract work begins, the work performed by a certified MBE firm, including an MBE prime, can only be counted towards the MBE participation goal(s) if the MBE firm is performing a commercially useful function on the Contract. Please refer to COMAR 21.11.03.12-1 for more information regarding these requirements.

8. If you have any questions as to whether a firm is certified to perform the specific services or provide specific products, please contact MDOT’s Office of Minority Business Enterprise at 1-800-544-6056 or via email to [email protected] sufficiently prior to the submission due date.

9. Worksheet: The percentage of MBE participation, calculated using the percentage amounts for all of the MBE firms listed on the Participation Schedule MUST at least equal the MBE participation goal and subgoals (if applicable) set forth in the solicitation. If a Bidder/Offeror is unable to achieve the MBE participation goal and/or any subgoals (if applicable), the Bidder/Offeror must request a waiver in Item 1 of the MBE Utilization and Fair Solicitation Affidavit (Attachment D-1A) or the Bid will be deemed not responsive, or the Proposal determined to be not susceptible of being selected for award. You may wish to use the Subgoal summary below to assist in calculating the percentages and confirm that you have met the applicable MBE participation goal and subgoals, if any.

SUBGOALS (IF APPLICABLE)

TOTAL AFRICAN AMERICAN MBE PARTICIPATION: _____________%TOTAL ASIAN AMERICAN MBE PARTICIPATION: _____________%TOTAL HISPANIC AMERICAN MBE PARTICIPATION: _____________%TOTAL WOMEN-OWNED MBE PARTICIPATION: _____________%

OVERALL GOALTOTAL MBE PARTICIPATION (INCLUDE ALL CATEGORIES): _____________%

74

Page 75: Services Procurement Solicitation Templatedhcd.maryland.gov/.../204CIFProposalFinalJune26.docx  · Web view1.1Summary Statement. ... including approval by the Board of Public Works,

MBE ATTACHMENT D-1AMBE UTILIZATION AND FAIR SOLICITATION AFFIDAVIT

& MBE PARTICIPATION SCHEDULE

This MBE Utilization and Fair Solicitation Affidavit and MBE Participation Schedule must be completed in its entirety and included with the Bid/Proposal. If the Bidder/Offeror fails to accurately complete and submit this Affidavit and Schedule with the Bid or Proposal as required, the Procurement Officer shall deem the Bid non-responsive or shall determine that the Proposal is not reasonably susceptible of being selected for award.

In connection with the Bid/Proposal submitted in response to Solicitation No. S00R5400013 I affirm the following:

1. MBE Participation (PLEASE CHECK ONLY ONE) 2.

I acknowledge and intend to meet IN FULL both the overall certified Minority Business Enterprise (MBE) participation goal of 29 percent.

Therefore, I am not seeking a waiver pursuant to COMAR 21.11.03.11. I acknowledge that by checking the above box and agreeing to meet the stated goal and subgoal(s), if any, I must complete the MBE Participation Schedule (Item 4 below) in order to be considered for award.

OR

I conclude that I am unable to achieve the MBE participation goal and/or subgoals. I hereby request a waiver, in whole or in part, of the overall goal and/or subgoals. I acknowledge that by checking this box and requesting a partial waiver of the stated goal and/or one or more of the stated subgoal(s) if any, I must complete the MBE Participation Schedule (Item 4 below) for the portion of the goal and/or subgoal(s) if any, for which I am not seeking a waiver, in order to be considered for award.

3. Additional MBE Documentation

I understand that if I am notified that I am the apparent awardee or as requested by the Procurement Officer, I must submit the following documentation within 10 Business Days of receiving notice of the potential award or from the date of conditional award (per COMAR 21.11.03.10), whichever is earlier:

(a) Good Faith Efforts Documentation to Support Waiver Request (Attachment D-1C)

(b) Outreach Efforts Compliance Statement (Attachment D-2);

(c) MBE Subcontractor/MBE Prime Project Participation Statement (Attachments D-3A/B);

(d) Any other documentation, including additional waiver documentation if applicable, required by the Procurement Officer to ascertain Bidder or Offeror responsibility in connection with the certified MBE participation goal and subgoals, if any.

75

Page 76: Services Procurement Solicitation Templatedhcd.maryland.gov/.../204CIFProposalFinalJune26.docx  · Web view1.1Summary Statement. ... including approval by the Board of Public Works,

I understand that if I fail to return each completed document within the required time, the Procurement Officer may determine that I am not responsible and therefore not eligible for contract award. If the Contract has already been awarded, the award is voidable.

4. Information Provided to MBE firms

In the solicitation of subcontract quotations or offers, MBE firms were provided not less than the same information and amount of time to respond as were non-MBE firms.

5. MBE Participation Schedule

Set forth below are the (i) certified MBEs I intend to use, (ii) the percentage of the total Contract amount allocated to each MBE for this project and, (iii) the items of work each MBE will provide under the Contract. I have confirmed with the MDOT database that the MBE firms identified below (including any self-performing MBE prime firms) are performing work activities for which they are MDOT certified.

Prime Contractor Project Description PROJECT/CONTRACT NUMBER

LIST INFORMATION FOR EACH CERTIFIED MBE FIRM YOU AGREE TO USE TO ACHIEVE THE MBE PARTICIPATION GOAL AND SUBGOALS, IF ANY. MBE PRIMES: PLEASE COMPLETE BOTH SECTIONS A AND B BELOW.

SECTION A: For MBE Prime Contractors ONLY (including MBE Primes in a Joint Venture)

MBE Prime Firm Name:________________________________

MBE Certification Number: ____________________________

(If dually certified, check only one box.)

African American-Owned Hispanic American- Owned Asian American-Owned Women-Owned Other MBE Classification

Percentage of total Contract Value to be performed with own forces and counted towards the MBE overall participation goal (up to 50% of the overall goal): _______%

Percentage of total Contract Value to be performed with own forces and counted towards the subgoal, if any, for my MBE classification (up to 100% of not more than one subgoal): _______%

Description of the Work to be performed with MBE prime’s own workforce: _____________________________________________________________________________________________

SECTION B: For all Contractors (including MBE Primes and MBE Primes in a Joint Venture)

MBE Firm Name:______________________________________

MBE Certification Number: _____________________________

(If dually certified, check only one box.) African American-Owned Hispanic American- Owned Asian American-Owned Women-Owned Other MBE Classification

Percentage of Total Contract to be provided by this MBE: ________%

Description of the Work to be Performed:______________________________________________________________________________________________________________________________________________________________________________________________________________________________

MBE Firm Name:______________________________________

MBE Certification Number: _____________________________

Percentage of Total Contract to be provided by this MBE: ________%

Description of the Work to be Performed:_____________________________________

76

Page 77: Services Procurement Solicitation Templatedhcd.maryland.gov/.../204CIFProposalFinalJune26.docx  · Web view1.1Summary Statement. ... including approval by the Board of Public Works,

(If dually certified, check only one box.) African American-Owned Hispanic American- Owned Asian American-Owned Women-Owned Other MBE Classification

_________________________________________________________________________________________________________________________________________________________________________________________

MBE Firm Name:______________________________________

MBE Certification Number:______________________________

(If dually certified, check only one box.) African American-Owned Hispanic American- Owned Asian American-Owned Women-Owned Other MBE Classification

Percentage of Total Contract to be provided by this MBE: ________%

Description of the Work to be Performed:______________________________________________________________________________________________________________________________________________________________________________________________________________________________

MBE Firm Name:______________________________________

MBE Certification Number: _____________________________

(If dually certified, check only one box.) African American-Owned Hispanic American- Owned Asian American-Owned Women-Owned Other MBE Classification

Percentage of Total Contract to be provided by this MBE: ________%

Description of the Work to be Performed:______________________________________________________________________________________________________________________________________________________________________________________________________________________________

MBE Firm Name:______________________________________

MBE Certification Number: _____________________________

(If dually certified, check only one box.) African American-Owned Hispanic American- Owned Asian American-Owned Women-Owned Other MBE Classification

Percentage of Total Contract to be provided by this MBE: ________%

Description of the Work to be Performed:______________________________________________________________________________________________________________________________________________________________________________________________________________________________

(Continue on separate page if needed)

77

Page 78: Services Procurement Solicitation Templatedhcd.maryland.gov/.../204CIFProposalFinalJune26.docx  · Web view1.1Summary Statement. ... including approval by the Board of Public Works,

I solemnly affirm under the penalties of perjury that: (i) I have reviewed the instructions for the MBE Utilization & Fair Solicitation Affidavit and MBE Schedule, and (ii) the information contained in the MBE Utilization & Fair Solicitation Affidavit and MBE Schedule is true to the best of my knowledge, information and belief.

_________________________ ________________________Bidder/Offeror Name Signature of Authorized Representative(PLEASE PRINT OR TYPE)

_________________________ ________________________Address Printed Name and Title

_________________________ ________________________City, State and Zip Code Date

SUBMIT THIS AFFIDAVIT WITH BID/PROPOSAL

78

Page 79: Services Procurement Solicitation Templatedhcd.maryland.gov/.../204CIFProposalFinalJune26.docx  · Web view1.1Summary Statement. ... including approval by the Board of Public Works,

MBE ATTACHMENT D-1BWAIVER GUIDANCE

GUIDANCE FOR DOCUMENTING GOOD FAITH EFFORTS TO MEET MBE PARTICIPATION GOALS

In order to show that it has made good faith efforts to meet the Minority Business Enterprise (MBE) participation goal (including any MBE subgoals) on a contract, the Bidder/Offeror must either (1) meet the MBE Goal(s) and document its commitments for participation of MBE Firms, or (2) when it does not meet the MBE Goal(s), document its Good Faith Efforts to meet the goal(s).

I. Definitions

MBE Goal(s) – “MBE Goal(s)” refers to the MBE participation goal and MBE participation subgoal(s). Good Faith Efforts – The “Good Faith Efforts” requirement means that when requesting a waiver, the Bidder/Offeror must demonstrate that it took all necessary and reasonable steps to achieve the MBE Goal(s), which, by their scope, intensity, and appropriateness to the objective, could reasonably be expected to obtain sufficient MBE participation, even if those steps were not fully successful. Whether a Bidder/Offeror that requests a waiver made adequate good faith efforts will be determined by considering the quality, quantity, and intensity of the different kinds of efforts that the Bidder/Offeror has made. The efforts employed by the Bidder/Offeror should be those that one could reasonably expect a Bidder/Offeror to take if the Bidder/Offeror were actively and aggressively trying to obtain MBE participation sufficient to meet the MBE contract goal and subgoals. Mere pro forma efforts are not good faith efforts to meet the MBE contract requirements. The determination concerning the sufficiency of the Bidder's/Offeror’s good faith efforts is a judgment call; meeting quantitative formulas is not required.

Identified Firms – “Identified Firms” means a list of the MBEs identified by the procuring agency during the goal setting process and listed in the procurement as available to perform the Identified Items of Work. It also may include additional MBEs identified by the Bidder/Offeror as available to perform the Identified Items of Work, such as MBEs certified or granted an expansion of services after the procurement was issued. If the procurement does not include a list of Identified Firms, this term refers to all of the MBE Firms (if State-funded) the Bidder/Offeror identified as available to perform the Identified Items of Work and should include all appropriately certified firms that are reasonably identifiable.

Identified Items of Work – “Identified Items of Work” means the Bid/Proposal items identified by the procuring agency during the goal setting process and listed in the procurement as possible items of work for performance by MBE Firms. It also may include additional portions of items of work the Bidder/Offeror identified for performance by MBE Firms to increase the likelihood that the MBE Goal(s) will be achieved. If the procurement does not include a list of Identified Items of Work, this term refers to all of the items of work the Bidder/Offeror identified as possible items of work for performance by MBE Firms and should include all reasonably identifiable work opportunities.

MBE Firms – “MBE Firms” refers to a firm certified by the Maryland Department of Transportation (“MDOT”) under COMAR 21.11.03. Only MDOT-certified MBE Firms can participate in the State’s MBE Program.

79

Page 80: Services Procurement Solicitation Templatedhcd.maryland.gov/.../204CIFProposalFinalJune26.docx  · Web view1.1Summary Statement. ... including approval by the Board of Public Works,

II. Types of Actions Agency will Consider

The Bidder/Offeror is responsible for making relevant portions of the work available to MBE subcontractors and suppliers and to select those portions of the work or material needs consistent with the available MBE subcontractors and suppliers, so as to facilitate MBE participation. The following is a list of types of actions the procuring agency will consider as part of the Bidder's/Offeror’s Good Faith Efforts when the Bidder/Offeror fails to meet the MBE Goal(s). This list is not intended to be a mandatory checklist, nor is it intended to be exclusive or exhaustive. Other factors or types of efforts may be relevant in appropriate cases.

A. Identify Bid/Proposal Items as Work for MBE Firms

1. Identified Items of Work in Procurements

(a) Certain procurements will include a list of Bid/Proposal items identified during the goal setting process as possible work for performance by MBE Firms. If the procurement provides a list of Identified Items of Work, the Bidder/Offeror shall make all reasonable efforts to solicit quotes from MBE Firms to perform that work.

(b) Bidders/Offerors may, and are encouraged to, select additional items of work to be performed by MBE Firms to increase the likelihood that the MBE Goal(s) will be achieved.

2. Identified Items of Work by Bidders/Offerors

(a) When the procurement does not include a list of Identified Items of Work or for additional Identified Items of Work, Bidders/Offerors should reasonably identify sufficient items of work to be performed by MBE Firms.

(b) Where appropriate, Bidders/Offerors should break out contract work items into economically feasible units to facilitate MBE participation, rather than perform these work items with their own forces. The ability or desire of a Prime contractor to perform the work of a contract with its own organization does not relieve the Bidder/Offeror of the responsibility to make Good Faith Efforts.

B. Identify MBE Firms to Solicit

1. MBE Firms Identified in Procurements

(a) Certain procurements will include a list of the MBE Firms identified during the goal setting process as available to perform the items of work. If the procurement provides a list of Identified MBE Firms, the Bidder/Offeror shall make all reasonable efforts to solicit those MBE firms.

(b) Bidders/offerors may, and are encouraged to, search the MBE Directory to identify additional MBEs who may be available to perform the items of work, such as MBEs certified or granted an expansion of services after the solicitation was issued.

2. MBE Firms Identified by Bidders/Offerors

(a) When the procurement does not include a list of Identified MBE Firms, Bidders/Offerors should reasonably identify the MBE Firms that are available to perform the Identified Items of Work.

(b) Any MBE Firms identified as available by the Bidder/Offeror should be certified to perform the Identified Items of Work.

80

Page 81: Services Procurement Solicitation Templatedhcd.maryland.gov/.../204CIFProposalFinalJune26.docx  · Web view1.1Summary Statement. ... including approval by the Board of Public Works,

C. Solicit MBEs

1. Solicit all Identified Firms for all Identified Items of Work by providing written notice. The Bidder/Offeror should:

(a) provide the written solicitation at least 10 days prior to Bid/Proposal opening to allow sufficient time for the MBE Firms to respond;

(b) send the written solicitation by first-class mail, facsimile, or email using contact information in the MBE Directory, unless the Bidder/Offeror has a valid basis for using different contact information; and

(c) provide adequate information about the plans, specifications, anticipated time schedule for portions of the work to be performed by the MBE, and other requirements of the contract to assist MBE Firms in responding. (This information may be provided by including hard copies in the written solicitation or by electronic means as described in C.3 below.)

2. “All” Identified Firms includes the MBEs listed in the procurement and any MBE Firms you identify as potentially available to perform the Identified Items of Work, but it does not include MBE Firms who are no longer certified to perform the work as of the date the Bidder/Offeror provides written solicitations.

3. “Electronic Means” includes, for example, information provided via a website or file transfer protocol (FTP) site containing the plans, specifications, and other requirements of the contract. If an interested MBE cannot access the information provided by electronic means, the Bidder/Offeror must make the information available in a manner that is accessible to the interested MBE.

4. Follow up on initial written solicitations by contacting MBEs to determine if they are interested. The follow up contact may be made:

(a) by telephone using the contact information in the MBE Directory, unless the Bidder/Offeror has a valid basis for using different contact information; or

(b) in writing via a method that differs from the method used for the initial written solicitation.

5. In addition to the written solicitation set forth in C.1 and the follow up required in C.4, use all other reasonable and available means to solicit the interest of MBE Firms certified to perform the work of the contract. Examples of other means include:

(a) attending any pre-bid meetings at which MBE Firms could be informed of contracting and subcontracting opportunities; and

(b) if recommended by the procurement, advertising with or effectively using the services of at least two minority focused entities or media, including trade associations, minority/women community organizations, minority/women contractors' groups, and local, state, and federal minority/women business assistance offices listed on the MDOT Office of Minority Business Enterprise website.

D. Negotiate With Interested MBE Firms

Bidders/Offerors must negotiate in good faith with interested MBE Firms.

1. Evidence of negotiation includes, without limitation, the following:

(a) the names, addresses, and telephone numbers of MBE Firms that were considered;

81

Page 82: Services Procurement Solicitation Templatedhcd.maryland.gov/.../204CIFProposalFinalJune26.docx  · Web view1.1Summary Statement. ... including approval by the Board of Public Works,

(b) a description of the information provided regarding the plans and specifications for the work selected for subcontracting and the means used to provide that information; and

(c) evidence as to why additional agreements could not be reached for MBE Firms to perform the work.

2. A Bidder/Offeror using good business judgment would consider a number of factors in negotiating with subcontractors, including MBE subcontractors, and would take a firm's price and capabilities as well as contract goals into consideration.

3. The fact that there may be some additional costs involved in finding and using MBE Firms is not in itself sufficient reason for a Bidder's/Offeror’s failure to meet the contract MBE goal(s), as long as such costs are reasonable. Factors to take into consideration when determining whether an MBE Firm’s quote is excessive or unreasonable include, without limitation, the following:

(a) the dollar difference between the MBE subcontractor’s quote and the average of the other subcontractors’ quotes received by the Bidder/Offeror;

(b) the percentage difference between the MBE subcontractor’s quote and the average of the other subcontractors’ quotes received by the Bidder/Offeror;

(c) the percentage that the MBE subcontractor’s quote represents of the overall contract amount;

(d) the number of MBE firms that the Bidder/Offeror solicited for that portion of the work;

(e) whether the work described in the MBE and Non-MBE subcontractor quotes (or portions thereof) submitted for review is the same or comparable; and

(f) the number of quotes received by the Bidder/Offeror for that portion of the work.

4. The above factors are not intended to be mandatory, exclusive, or exhaustive, and other evidence of an excessive or unreasonable price may be relevant.

5. The Bidder/Offeror may not use its price for self-performing work as a basis for rejecting an MBE Firm’s quote as excessive or unreasonable.

6. The “average of the other subcontractors’ quotes received” by the Bidder/Offeror refers to the average of the quotes received from all subcontractors. Bidder/Offeror should attempt to receive quotes from at least three subcontractors, including one quote from an MBE and one quote from a Non-MBE.

7. A Bidder/Offeror shall not reject an MBE Firm as unqualified without sound reasons based on a thorough investigation of the firm’s capabilities. For each certified MBE that is rejected as unqualified or that placed a subcontract quotation or offer that the Bidder/Offeror concludes is not acceptable, the Bidder/Offeror must provide a written detailed statement listing the reasons for this conclusion. The Bidder/Offeror also must document the steps taken to verify the capabilities of the MBE and Non-MBE Firms quoting similar work.

(a) The factors to take into consideration when assessing the capabilities of an MBE Firm, include, but are not limited to the following: financial capability, physical capacity to perform, available personnel and equipment, existing workload, experience performing the type of work, conduct and performance in previous contracts, and ability to meet reasonable contract requirements.

82

Page 83: Services Procurement Solicitation Templatedhcd.maryland.gov/.../204CIFProposalFinalJune26.docx  · Web view1.1Summary Statement. ... including approval by the Board of Public Works,

(b) The MBE Firm’s standing within its industry, membership in specific groups, organizations, or associations and political or social affiliations (for example union vs. non-union employee status) are not legitimate causes for the rejection or non-solicitation of bids in the efforts to meet the project goal.

E. Assisting Interested MBE Firms

When appropriate under the circumstances, the decision-maker will consider whether the Bidder/Offeror:

1. made reasonable efforts to assist interested MBE Firms in obtaining the bonding, lines of credit, or insurance required by the procuring agency or the Bidder/Offeror; and

2. made reasonable efforts to assist interested MBE Firms in obtaining necessary equipment, supplies, materials, or related assistance or services.

III. Other Considerations

In making a determination of Good Faith Efforts the decision-maker may consider engineering estimates, catalogue prices, general market availability and availability of certified MBE Firms in the area in which the work is to be performed, other bids or offers and subcontract bids or offers substantiating significant variances between certified MBE and Non-MBE costs of participation, and their impact on the overall cost of the contract to the State and any other relevant factors.

The decision-maker may take into account whether a Bidder/Offeror decided to self-perform subcontract work with its own forces, especially where the self-performed work is Identified Items of Work in the procurement. The decision-maker also may take into account the performance of other Bidders/Offerors in meeting the contract. For example, when the apparent successful Bidder/Offeror fails to meet the contract goal, but others meet it, this reasonably raises the question of whether, with additional reasonable efforts, the apparent successful Bidder/Offeror could have met the goal. If the apparent successful Bidder/Offeror fails to meet the goal, but meets or exceeds the average MBE participation obtained by other Bidders/Offerors, this, when viewed in conjunction with other factors, could be evidence of the apparent successful Bidder/Offeror having made Good Faith Efforts.

IV. Documenting Good Faith Efforts

At a minimum, a Bidder/Offeror seeking a waiver of the MBE Goal(s) or a portion thereof must provide written documentation of its Good Faith Efforts, in accordance with COMAR 21.11.03.11, within 10 business days after receiving notice that it is the apparent awardee. The written documentation shall include the following:

A. Items of Work (Complete Good Faith Efforts Documentation Attachment D-1C, Part 1)

A detailed statement of the efforts made to select portions of the work proposed to be performed by certified MBE Firms in order to increase the likelihood of achieving the stated MBE Goal(s).

B. Outreach/Solicitation/Negotiation

1. The record of the Bidder’s/Offeror’s compliance with the outreach efforts prescribed by COMAR 21.11.03.09C(2)(a). (Complete Outreach Efforts Compliance Statement – Attachment D-2).

2. A detailed statement of the efforts made to contact and negotiate with MBE Firms including:

(a) the names, addresses, and telephone numbers of the MBE Firms who were contacted, with the dates and manner of contacts (letter, fax, email, telephone, etc.) (Complete Good Faith Efforts Attachment D-1C- Part 2, and submit letters, fax cover sheets, emails, etc. documenting solicitations); and

83

Page 84: Services Procurement Solicitation Templatedhcd.maryland.gov/.../204CIFProposalFinalJune26.docx  · Web view1.1Summary Statement. ... including approval by the Board of Public Works,

(b) a description of the information provided to MBE Firms regarding the plans, specifications, and anticipated time schedule for portions of the work to be performed and the means used to provide that information.

C. Rejected MBE Firms (Complete Good Faith Efforts Attachment D-1C, Part 3)

1. For each MBE Firm that the Bidder/Offeror concludes is not acceptable or qualified, a detailed statement of the reasons for the Bidder's/Offeror’s conclusion, including the steps taken to verify the capabilities of the MBE and Non-MBE Firms quoting similar work.

2. For each certified MBE Firm that the Bidder/Offeror concludes has provided an excessive or unreasonable price, a detailed statement of the reasons for the Bidder's/Offeror’s conclusion, including the quotes received from all MBE and Non-MBE firms bidding on the same or comparable work. (Include copies of all quotes received.)

3. A list of MBE Firms contacted but found to be unavailable. This list should be accompanied by an MBE Unavailability Certificate (see D-1B - Exhibit A to this Part 1) signed by the MBE contractor or a statement from the bidder/offeror that the MBE contractor refused to sign the MBE Unavailability Certificate.

D. Other Documentation

1. Submit any other documentation requested by the Procurement Officer to ascertain the Bidder’s/Offeror’s Good Faith Efforts.

2. Submit any other documentation the Bidder/Offeror believes will help the Procurement Officer ascertain its Good Faith Efforts.

84

Page 85: Services Procurement Solicitation Templatedhcd.maryland.gov/.../204CIFProposalFinalJune26.docx  · Web view1.1Summary Statement. ... including approval by the Board of Public Works,

MBE ATTACHMENT D-1B - Exhibit AMBE Subcontractor Unavailability Certificate

1. It is hereby certified that the firm of

(Name of Minority firm)located at

(Number) (Street)

(City) (State) (Zip)

was offered an opportunity to bid on Solicitation No.

in County by (Name of Prime Contractor’s Firm)

**********************************************************************************************

2. (Minority Firm), is either unavailable for the

work/service or unable to prepare a bid for this project for the following reason(s):

Signature of Minority Firm’s MBE Representative Title Date

MDOT CERTIFICATION # TELEPHONE #

3. To be completed by the prime contractor if Section 2 of this form is not completed by the minority firm.

To the best of my knowledge and belief, said Certified Minority Business Enterprise is either unavailable for the work/service for this project, is unable to prepare a bid, or did not respond to a request for a price proposal and has not completed the above portion of this submittal.

Signature of Prime Contractor Title Date

85

Page 86: Services Procurement Solicitation Templatedhcd.maryland.gov/.../204CIFProposalFinalJune26.docx  · Web view1.1Summary Statement. ... including approval by the Board of Public Works,

MBE ATTACHMENT D-1CGOOD FAITH EFFORTS DOCUMENTATION TO SUPPORT WAIVER REQUEST

PAGE __ OF ___

Prime Contractor Project Description SOLICITATION NUMBER                 

PARTS 1, 2, AND 3 MUST BE INCLUDED WITH THIS CERTIFICATE ALONG WITH ALL DOCUMENTS SUPPORTING YOUR WAIVER REQUEST.

I affirm that I have reviewed Attachment D-1B, Waiver Guidance. I further affirm under penalties of perjury that the contents of Parts 1, 2, and 3 of this Attachment D-1C Good Faith Efforts Documentation Form are true to the best of my knowledge, information, and belief.

____________________________________ ______________________________________Company Name Signature of Representative

____________________________________ ______________________________________Address Printed Name and Title

____________________________________ ______________________________________City, State and Zip Code Date

86

Page 87: Services Procurement Solicitation Templatedhcd.maryland.gov/.../204CIFProposalFinalJune26.docx  · Web view1.1Summary Statement. ... including approval by the Board of Public Works,

GOOD FAITH EFFORTS DOCUMENTATIONTO SUPPORT WAIVER REQUEST

PART 1 – IDENTIFIED ITEMS OF WORK BIDDER/OFFEROR MADE AVAILABLE TO MBE FIRMS

PAGE __ OF ___

Prime Contractor Project Description SOLICITATION NUMBER                 

Identify those items of work that the Bidder/Offeror made available to MBE Firms. This includes, where appropriate, those items the Bidder/Offeror identified and determined to subdivide into economically feasible units to facilitate the MBE participation. For each item listed, show the anticipated percentage of the total contract amount. It is the Bidder’s/Offeror’s responsibility to demonstrate that sufficient work to meet the goal was made available to MBE Firms, and the total percentage of the items of work identified for MBE participation equals or exceeds the percentage MBE goal set for the procurement. Note: If the procurement includes a list of Bid/Proposal items identified during the goal setting process as possible items of work for performance by MBE Firms, the Bidder/Offeror should make all of those items of work available to MBE Firms or explain why that item was not made available. If the Bidder/Offeror selects additional items of work to make available to MBE Firms, those additional items should also be included below.

Identified Items of WorkWas this work listed in the procurement?

Does Bidder/Offeror normallyself-perform this work?

Was this work made available to MBE Firms? If no, explain why?

□ Yes □ No □ Yes □ No □ Yes □ No

□ Yes □ No □ Yes □ No □ Yes □ No

□ Yes □ No □ Yes □ No □ Yes □ No

□ Yes □ No □ Yes □ No □ Yes □ No

□ Yes □ No □ Yes □ No □ Yes □ No

□ Yes □ No □ Yes □ No □ Yes □ No

□ Yes □ No □ Yes □ No □ Yes □ No

□ Yes □ No □ Yes □ No □ Yes □ No

Please check if Additional Sheets are attached.

87

Page 88: Services Procurement Solicitation Templatedhcd.maryland.gov/.../204CIFProposalFinalJune26.docx  · Web view1.1Summary Statement. ... including approval by the Board of Public Works,

GOOD FAITH EFFORTS DOCUMENTATIONTO SUPPORT WAIVER REQUEST

PART 2 – IDENTIFIED MBE FIRMS AND RECORD OF SOLICITATIONS

PAGE __ OF ___

Prime Contractor Project Description SOLICITATION NUMBER                 

Identify the MBE Firms solicited to provide quotes for the Identified Items of Work made available for MBE participation. Include the name of the MBE Firm solicited, items of work for which bids/quotes were solicited, date and manner of initial and follow-up solicitations, whether the MBE provided a quote, and whether the MBE is being used to meet the MBE participation goal. MBE Firms used to meet the participation goal must be included on the MBE Participation Schedule. Note: If the procurement includes a list of the MBE Firms identified during the goal setting process as potentially available to perform the items of work, the Bidder/Offeror should solicit all of those MBE Firms or explain why a specific MBE was not solicited. If the Bidder/Offeror identifies additional MBE Firms who may be available to perform Identified Items of Work, those additional MBE Firms should also be included below. Copies of all written solicitations and documentation of follow-up calls to MBE Firms must be attached to this form. This list should be accompanied by a Minority Contractor Unavailability Certificate signed by the MBE contractor or a statement from the Bidder/Offeror that the MBE contractor refused to sign the Minority Contractor Unavailability Certificate (see Attachment D-1B – Exhibit A). If the Bidder/Offeror used a Non-MBE or is self-performing the identified items of work, Part 3 must be completed.

Name ofIdentified MBE Firm & MBE Classification

Describe Item of Work Solicited

InitialSolicitationDate & Method

Follow-up SolicitationDate & Method

Details forFollow-up Calls

QuoteRec’d

QuoteUsed

ReasonQuote Rejected

Firm Name:

MBE Classification(Check only if requesting waiver of MBE subgoal.)

African American-Owned Hispanic American- Owned Asian American-Owned Women-Owned Other MBE Classification

Date:

□ Mail□ Facsimile□ Email

Date:

□ Phone□ Mail□ Facsimile□ Email

Time of Call:

Spoke With:

□ Left Message

□ Yes □ No

□ Yes □ No

□ Used Other MBE□ Used Non-MBE

□ Self-performing

Firm Name:

MBE Classification(Check only if requesting waiver of MBE subgoal.)

African American-Owned Hispanic American- Owned Asian American-Owned Women-Owned Other MBE Classification

Date:

□ Mail□ Facsimile□ Email

Date:

□ Phone□ Mail□ Facsimile□ Email

Time of Call:

Spoke With:

□ Left Message

□ Yes □ No

□ Yes □ No

□ Used Other MBE□ Used Non-MBE

□ Self-performing

Please check if Additional Sheets are attached.

88

Page 89: Services Procurement Solicitation Templatedhcd.maryland.gov/.../204CIFProposalFinalJune26.docx  · Web view1.1Summary Statement. ... including approval by the Board of Public Works,

89

Page 90: Services Procurement Solicitation Templatedhcd.maryland.gov/.../204CIFProposalFinalJune26.docx  · Web view1.1Summary Statement. ... including approval by the Board of Public Works,

GOOD FAITH EFFORTS DOCUMENTATIONTO SUPPORT WAIVER REQUEST

PART 3 – ADDITIONAL INFORMATION REGARDING REJECTED MBE QUOTES

PAGE __ OF ___

Prime Contractor Project Description SOLICITATION NUMBER                 

This form must be completed if Part 2 indicates that an MBE quote was rejected because the Bidder/Offeror is using a Non-MBE or is self-performing the Identified Items of Work. Provide the Identified Items Work, indicate whether the work will be self-performed or performed by a Non-MBE, and if applicable, state the name of the Non-MBE. Also include the names of all MBE and Non-MBE Firms that provided a quote and the amount of each quote.

Describe Identified Items of Work Not Being Performed by MBE(Include spec/section number from Bid/Proposal)

Self-performing or Using Non-MBE (Provide name)

Amount of Non-MBE Quote

Name of Other Firms who Provided Quotes &Whether MBE or Non-MBE

Amount Quoted

Indicate Reason Why MBE Quote Rejected & Briefly Explain

□ Self-performing

□ Using Non-MBE

________________

$_________ __________________

□ MBE□ Non-MBE

$__________

□ Price□ Capabilities□ Other

□ Self-performing

□ Using Non-MBE

________________

$_________ __________________

□ MBE□ Non- MBE

$__________

□ Price□ Capabilities□ Other

□ Self-performing

□ Using Non-MBE

________________

$_________ __________________

□ MBE□ Non- MBE

$__________

□ Price□ Capabilities□ Other

□ Self-performing

□ Using Non- MBE

________________

$_________ __________________

□ MBE□ Non- MBE

$__________

□ Price□ Capabilities□ Other

□ Self-performing

□ Using Non- MBE

________________

$_________ __________________

□ MBE□ Non- MBE

$__________

□ Price□ Capabilities□ Other

□ Self-performing

□ Using Non- MBE

________________

$_________ __________________

□ MBE□ Non- MBE

$__________

□ Price□ Capabilities□ Other

Please check if Additional Sheets are attached.

90

Page 91: Services Procurement Solicitation Templatedhcd.maryland.gov/.../204CIFProposalFinalJune26.docx  · Web view1.1Summary Statement. ... including approval by the Board of Public Works,

MBE ATTACHMENT D-2OUTREACH EFFORTS COMPLIANCE STATEMENT

Complete and submit this form within 10 Business Days of notification of apparent award or actual award, whichever is earlier.

In conjunction with the Bid/Proposal submitted in response to Solicitation No.___________, I state the following:

1. Bidder/Offeror identified subcontracting opportunities in these specific work categories: _________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________

2. Attached to this form are copies of written solicitations (with bidding/proposal instructions) used to solicit certified MBE firms for these subcontract opportunities.

3. Bidder/Offeror made the following attempts to personally contact the solicited MDOT-certified MBE firms: _________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________

4. Please Check One:

□ This project does not involve bonding requirements. □ Bidder/Offeror assisted MDOT-certified MBE firms to fulfill or seek waiver of bonding requirements.

(DESCRIBE EFFORTS): ____________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________

5. Please Check One:

□ Bidder/Offeror did attend the pre-bid/pre-proposal conference.□ No pre-Bid/pre-Proposal meeting/conference was held.□ Bidder/Offeror did not attend the pre-Bid/pre-Proposal conference.

_________________________ ________________________Company Name Signature of Representative

_________________________ ________________________Address Printed Name and Title

_________________________ ________________________City, State and Zip Code Date

MBE ATTACHMENT D-3A 91

Page 92: Services Procurement Solicitation Templatedhcd.maryland.gov/.../204CIFProposalFinalJune26.docx  · Web view1.1Summary Statement. ... including approval by the Board of Public Works,

MBE SUBCONTRACTOR PROJECT PARTICIPATION CERTIFICATION

PLEASE COMPLETE AND SUBMIT ONE FORM FOR EACH CERTIFIED MBE FIRM LISTED ON THE MBE PARTICIPATION SCHEDULE (ATTACHMENT D-1A) WITHIN 10 BUSINESS DAYS OF NOTIFICATION OF APPARENT AWARD. IF THE BIDDER/OFFEROR FAILS TO RETURN THIS AFFIDAVIT WITHIN THE REQUIRED TIME, THE PROCUREMENT OFFICER MAY DETERMINE THAT THE BIDDER/OFFEROR IS NOT RESPONSIBLE AND THEREFORE NOT ELIGIBLE FOR CONTRACT AWARD.

Provided that _________________________________________________ (Prime Contractor’s Name) is awarded the State Contract in conjunction with Solicitation No. _______________________, such Prime Contractor intends to enter into a subcontract with ____________________(Subcontractor’s Name) committing to participation by the MBE firm ___________________ (MBE Name) with MDOT Certification Number _______________ which will receive at least $___________ which equals to___% of the Total Contract Amount for performing the following products/services for the Contract:

NAICS CODE WORK ITEM, SPECIFICATION NUMBER, LINE ITEMS OR WORK CATEGORIES (IF APPLICABLE)

DESCRIPTION OF SPECIFIC PRODUCTS AND/OR SERVICES

Each of the Contractor and Subcontractor acknowledges that, for purposes of determining the accuracy of the information provided herein, the Procurement Officer may request additional information, including, without limitation, copies of the subcontract agreements and quotes. Each of the Contractor and Subcontractor solemnly affirms under the penalties of perjury that: (i) the information provided in this MBE Subcontractor Project Participation Affidavit is true to the best of its knowledge, information and belief, and (ii) has fully complied with the State Minority Business Enterprise law, State Finance and Procurement Article §14-308(a)(2), Annotated Code of Maryland which provides that, except as otherwise provided by law, a contractor may not identify a certified minority business enterprise in a Bid/Proposal and:

(1) fail to request, receive, or otherwise obtain authorization from the certified minority business enterprise to identify the certified Minority Business Enterprise in its Bid/Proposal;

(2) fail to notify the certified Minority Business Enterprise before execution of the Contract of its inclusion of the Bid/Proposal;

(3) fail to use the certified Minority Business Enterprise in the performance of the Contract; or

(4) pay the certified Minority Business Enterprise solely for the use of its name in the Bid/Proposal.PRIME CONTRACTORSignature of Representative:____________________________________Printed Name and Title:_____________________________________________________Firm’s Name: ________________________Federal Identification Number: __________Address: ________________________________________________________________Telephone: __________________________Date: ______________________________

SUBCONTRACTORSignature of Representative:___________________________________Printed Name and Title:___________________________________________________Firm’s Name: ________________________Federal Identification Number: __________Address: ______________________________________________________________Telephone: _________________________Date: ______________________________

92

Page 93: Services Procurement Solicitation Templatedhcd.maryland.gov/.../204CIFProposalFinalJune26.docx  · Web view1.1Summary Statement. ... including approval by the Board of Public Works,

MBE ATTACHMENT D-3B MBE PRIME - PROJECT PARTICIPATION CERTIFICATION

PLEASE COMPLETE AND SUBMIT THIS FORM TO ATTEST EACH SPECIFIC ITEM OF WORK THAT YOUR MBE FIRM HAS LISTED ON THE MBE PARTICIPATION SCHEDULE (ATTACHMENT D-1A) FOR PURPOSES OF MEETING THE MBE PARTICIPATION GOALS. THIS FORM MUST BE SUBMITTED WITHIN 10 BUSINESS DAYS OF NOTIFICATION OF APPARENT AWARD. IF THE BIDDER/OFFEROR FAILS TO RETURN THIS AFFIDAVIT WITHIN THE REQUIRED TIME, THE PROCUREMENT OFFICER MAY DETERMINE THAT THE BIDDER/OFFEROR IS NOT RESPONSIBLE AND THEREFORE NOT ELIGIBLE FOR CONTRACT AWARD.

Provided that _________________________________________________ (Prime Contractor’s Name) with Certification Number ___________ is awarded the State contract in conjunction with Solicitation No. _______________________, such MBE Prime Contractor intends to perform with its own forces at least $___________ which equals to___% of the Total Contract Amount for performing the following products/services for the Contract:

NAICS CODE WORK ITEM, SPECIFICATION NUMBER, LINE ITEMS OR WORK CATEGORIES (IF APPLICABLE). FOR CONSTRUCTION PROJECTS, GENERAL CONDITIONS MUST BE LISTED SEPARATELY.

DESCRIPTION OF SPECIFIC PRODUCTS AND/OR SERVICES

VALUE OF THE WORK

MBE PRIME CONTRACTORSignature of Representative:________________________________________Printed Name and Title:_____________________________________________________________Firm’s Name: ____________________________Federal Identification Number: ______________Address: ________________________________________________________________________Telephone: _______________________________Date: ___________________________________

MBE ATTACHMENT D-4AMinority Business Enterprise Participation

93

Page 94: Services Procurement Solicitation Templatedhcd.maryland.gov/.../204CIFProposalFinalJune26.docx  · Web view1.1Summary Statement. ... including approval by the Board of Public Works,

Prime Contractor Paid/Unpaid MBE Invoice Report

Report #: ________

Reporting Period (Month/Year): _____________

Prime Contractor: Report is due to the MBE Liaison by the 10th of the month following the month the services were provided.Note: Please number reports in sequence

Contract #: ___________________________________Contracting Unit: ______________________________Contract Amount: ______________________________MBE Subcontract Amt: __________________________Project Begin Date: _____________________________Project End Date: _______________________________Services Provided: ______________________________

If more than one MBE subcontractor is used for this contract, you must use separate D-4A forms for each subcontractor. Information regarding payments that the MBE prime will use for purposes of meeting the MBE participation goals must be

reported separately in Attachment D-4B Return one copy (hard or electronic) of this form to the following addresses (electronic copy with signature and date is

preferred):

Contract Monitor: ________________________________________________________________________Contracting Unit and Address: ____________________________________________________________________________________________________________________________________________________________________________

Signature:________________________________________________ Date:_____________________(Required)

MBE ATTACHMENT D-4BMinority Business Enterprise Participation

MBE Prime Contractor Report

Prime Contractor: Contact Person:

Address:

City: State: ZIP:

Phone: Fax: E-mail:

MBE Subcontractor Name: Contact Person:

Phone: Fax:

Subcontractor Services Provided:List all payments made to MBE subcontractor named aboveduring this reporting period: Invoice# Amount1.

2.

3.

4.

Total Dollars Paid: $____________________________

List dates and amounts of any outstanding invoices:

Invoice # Amount1.

2.

3.

4.

Total Dollars Unpaid: $__________________________

94

Page 95: Services Procurement Solicitation Templatedhcd.maryland.gov/.../204CIFProposalFinalJune26.docx  · Web view1.1Summary Statement. ... including approval by the Board of Public Works,

MBE Prime Contractor:Certification Number:Report #: ________Reporting Period (Month/Year): _____________MBE Prime Contractor: Report is due to the MBE Liaison by the __ of the month following the month the services were provided.Note: Please number reports in sequence

Contract #: ___________________________________Contracting Unit: ______________________________Contract Amount: _______________________________Total Value of the Work to the Self-Performed for purposes of Meeting the MBE participation goal/subgoals: _________________________________Project Begin Date: _____________________________Project End Date: _______________________________

Invoice Number Value of the Work

NAICS Code Description of the Work

Return one copy (hard or electronic) of this form to the following addresses (electronic copy with signature and date is preferred):

Contract Monitor: ________________________________________________________________________Contracting Unit and Address: ________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________

Signature:________________________________________________ Date:_____________________(Required)

MBE ATTACHMENT D-5Minority Business Enterprise Participation

Subcontractor Paid/Unpaid MBE Invoice Report

Report#: ____

Reporting Period (Month/Year): ________________

Report is due by the ___ of the month following the month the services were performed.

Contract #: ____________________________________Contracting Unit: __________________MBE Subcontract Amount: _______________________Project Begin Date: _____________________________Project End Date: _______________________________Services Provided: ______________________________

MBE Subcontractor Name:

95

Page 96: Services Procurement Solicitation Templatedhcd.maryland.gov/.../204CIFProposalFinalJune26.docx  · Web view1.1Summary Statement. ... including approval by the Board of Public Works,

MDOT Certification #:

Contact Person: E-mail:

Address:

City: State: ZIP:

Phone: Fax:

Subcontractor Services Provided:List all payments received from Prime Contractor during reporting period indicated above. Invoice Amt Date1.

2.

3.

Total Dollars Paid: $_________________________

List dates and amounts of any unpaid invoices over 30 days old. Invoice Amt Date1.

2.

3.

Total Dollars Unpaid: $_________________________

Prime Contractor: Contact Person:

Return one copy (hard or electronic) of this form to the following addresses (electronic copy with signature and date is preferred):

Contract Monitor: ________________________________________________________________________Contracting Unit and Address: ________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________

Signature:________________________________________________ Date:_____________________(Required)

ATTACHMENT E – PRE-PROPOSAL CONFERENCE RESPONSE FORM

Solicitation Number S00R5400013Additional Weatherization Plus Lead Hazard Servcies Contractors-BGE Service Territory

A Pre-Proposal Conference will be held at 10:00 a.m., on July 9, 2015, at 7800 Harkins Road, Lanham, MD, 20706. Please return this form by July 7, 2015, advising whether or not you plan to attend.

Return via e-mail or fax this form to the Procurement Officer:

Michael Conaway

96

Page 97: Services Procurement Solicitation Templatedhcd.maryland.gov/.../204CIFProposalFinalJune26.docx  · Web view1.1Summary Statement. ... including approval by the Board of Public Works,

Department of Housing and community Development7800 Harkins RoadLanham MD, 20706Email: [email protected]

Please indicate:

Yes, the following representatives will be in attendance:

1.

2.

3.

No, we will not be in attendance.

Please specify whether any reasonable accommodations are requested (see RFP § 1.7 “Pre-Proposal Conference”):

______________________________________________________________________________ __ Signature Title

________________________________________________________________________________Name of Firm (please print)

ATTACHMENT F – FINANCIAL PROPOSAL INSTRUCTIONSIn order to assist Offerors in the preparation of their Financial Proposal and to comply with the requirements of this solicitation, Financial Proposal Instructions and a Financial Proposal Form have been prepared. Offerors shall submit their Financial Proposal on the Financial Proposal Form in accordance with the instructions on the Financial Proposal Form and as specified herein. Do not alter the Financial Proposal Form or the Proposal may be determined to be not reasonably susceptible of being selected for award. The Financial Proposal Form is to be signed and dated, where requested, by an individual who is authorized to bind the Offeror to the prices entered on the Financial Proposal Form.

97

Page 98: Services Procurement Solicitation Templatedhcd.maryland.gov/.../204CIFProposalFinalJune26.docx  · Web view1.1Summary Statement. ... including approval by the Board of Public Works,

ATTACHMENT F – FINANCIAL PROPOSAL FORM

Price Confirmation FormWeatherization Plus Lead Hazard Services

BGE Service Territory

I confirm that ____________________________________ (Name of Offeror) accepts as compensation the

following per housing unit prices for the duration of the contract and agrees to DHCD’s final determination

of specific pricing for work performed based on DHCD’s evaluation of (1) costs proposed by the

Contractor and (2) industry standards:

1. Not-to-Exceed Price for lead hazard services (assessment, mitigation, and certification) = $15,000

98

Page 99: Services Procurement Solicitation Templatedhcd.maryland.gov/.../204CIFProposalFinalJune26.docx  · Web view1.1Summary Statement. ... including approval by the Board of Public Works,

a. Assessments not to exceed $500 (without prior written consent from the Contract

Administrator).

2. Not-to-Exceed Price for weatherization and health and safety services = $6,700

Name of Offeror: __________________________ By:_______________________________________

Address: _________________________________ Typed Name: __________________________

_________________________________________ Title:__________________________________

Contact Name______________________________ Title: _________________________________

Email: ___________________________________ Telephone: ____________________________

FID/ FEIN#:________________________________ Date: ________________________________

MD MBE Certification No. (if applicable):__________ MD SBR Certification No. (if applicable) _____

99

Page 100: Services Procurement Solicitation Templatedhcd.maryland.gov/.../204CIFProposalFinalJune26.docx  · Web view1.1Summary Statement. ... including approval by the Board of Public Works,

ATTACHMENT G – LIVING WAGE REQUIREMENTS FOR SERVICE CONTRACTS

Living Wage Requirements for Service Contracts

A. This contract is subject to the Living Wage requirements under Md. Code Ann., State Finance and Procurement Article, Title 18, and the regulations proposed by the Commissioner of Labor and Industry (Commissioner). The Living Wage generally applies to a Contractor or Subcontractor who performs work on a State contract for services that is valued at $100,000 or more. An employee is subject to the Living Wage if he/she is at least 18 years old or will turn 18 during the duration of the contract; works at least 13 consecutive weeks on the State Contract and spends at least one-half of the employee’s time during any work week on the State Contract.

B. The Living Wage Law does not apply to:

(1) A Contractor who:

(a) Has a State contract for services valued at less than $100,000, or

(b) Employs 10 or fewer employees and has a State contract for services valued at less than $500,000.

(2) A Subcontractor who:

(a) Performs work on a State contract for services valued at less than $100,000,

(b) Employs 10 or fewer employees and performs work on a State contract for services valued at less than $500,000, or

(c) Performs work for a Contractor not covered by the Living Wage Law as defined in B(1)(b) above, or B(3) or C below.

(3) Service contracts for the following:

(a) Services with a Public Service Company;

(b) Services with a nonprofit organization;

(c) Services with an officer or other entity that is in the Executive Branch of the State government and is authorized by law to enter into a procurement (“Unit”); or

(d) Services between a Unit and a County or Baltimore City.

C. If the Unit responsible for the State contract for services determines that application of the Living Wage would conflict with any applicable Federal program, the Living Wage does not apply to the contract or program.

D. A Contractor must not split or subdivide a State contract for services, pay an employee through a third party, or treat an employee as an independent Contractor or assign work to employees to avoid

100

Page 101: Services Procurement Solicitation Templatedhcd.maryland.gov/.../204CIFProposalFinalJune26.docx  · Web view1.1Summary Statement. ... including approval by the Board of Public Works,

the imposition of any of the requirements of Md. Code Ann., State Finance and Procurement Article, Title 18.

E. Each Contractor/Subcontractor, subject to the Living Wage Law, shall post in a prominent and easily accessible place at the work site(s) of covered employees a notice of the Living Wage Rates, employee rights under the law, and the name, address, and telephone number of the Commissioner.

F. The Commissioner shall adjust the wage rates by the annual average increase or decrease, if any, in the Consumer Price Index for all urban consumers for the Washington/Baltimore metropolitan area, or any successor index, for the previous calendar year, not later than 90 days after the start of each fiscal year. The Commissioner shall publish any adjustments to the wage rates on the Division of Labor and Industry’s website. An employer subject to the Living Wage Law must comply with the rate requirements during the initial term of the contract and all subsequent renewal periods, including any increases in the wage rate, required by the Commissioner, automatically upon the effective date of the revised wage rate.

G. A Contractor/Subcontractor who reduces the wages paid to an employee based on the employer’s share of the health insurance premium, as provided in Md. Code Ann., State Finance and Procurement Article, §18-103(c), shall not lower an employee’s wage rate below the minimum wage as set in Md. Code Ann., Labor and Employment Article, §3-413. A Contractor/Subcontractor who reduces the wages paid to an employee based on the employer’s share of health insurance premium shall comply with any record reporting requirements established by the Commissioner.

H. A Contractor/Subcontractor may reduce the wage rates paid under Md. Code Ann., State Finance and Procurement Article, §18-103(a), by no more than 50 cents of the hourly cost of the employer’s contribution to an employee’s deferred compensation plan. A Contractor/Subcontractor who reduces the wages paid to an employee based on the employer’s contribution to an employee’s deferred compensation plan shall not lower the employee’s wage rate below the minimum wage as set in Md. Code Ann., Labor and Employment Article, §3-413.

I. Under Md. Code Ann., State Finance and Procurement Article, Title 18, if the Commissioner determines that the Contractor/Subcontractor violated a provision of this title or regulations of the Commissioner, the Contractor/Subcontractor shall pay restitution to each affected employee, and the State may assess liquidated damages of $20 per day for each employee paid less than the Living Wage.

J. Information pertaining to reporting obligations may be found by going to the Division of Labor and Industry website http://www.dllr.state.md.us/labor/ and clicking on Living Wage for State Service Contracts.

101

Page 102: Services Procurement Solicitation Templatedhcd.maryland.gov/.../204CIFProposalFinalJune26.docx  · Web view1.1Summary Statement. ... including approval by the Board of Public Works,

ATTACHMENT G-1

Maryland Living Wage Requirements Affidavit of Agreement

(submit with Bid/Proposal)

Contract No. ________________________________

Name of Contractor _______________________________________________________

Address_________________________________________________________________

City_________________________________ State________ Zip Code_______________

If the Contract Is Exempt from the Living Wage Law

The Undersigned, being an authorized representative of the above named Contractor, hereby affirms that the Contract is exempt from Maryland’s Living Wage Law for the following reasons (check all that apply):

Bidder/Offeror is a nonprofit organizationBidder/Offeror is a public service companyBidder/Offeror employs 10 or fewer employees and the proposed contract value is less than $500,000Bidder/Offeror employs more than 10 employees and the proposed contract value is less than $100,000

If the Contract Is a Living Wage Contract

A. The Undersigned, being an authorized representative of the above-named Contractor, hereby affirms its commitment to comply with Title 18, State Finance and Procurement Article, Annotated Code of Maryland and, if required, to submit all payroll reports to the Commissioner of Labor and Industry with regard to the above stated contract. The Bidder/Offeror agrees to pay covered employees who are subject to living wage at least the living wage rate in effect at the time service is provided for hours spent on State contract activities, and to ensure that its Subcontractors who are not exempt also pay the required living wage rate to their covered employees who are subject to the living wage for hours spent on a State contract for services. The Contractor agrees to comply with, and ensure its Subcontractors comply with, the rate requirements during the initial term of the contract and all subsequent renewal periods, including any increases in the wage rate established by the Commissioner of Labor and Industry, automatically upon the effective date of the revised wage rate.

B. _____________________(initial here if applicable) The Bidder/Offeror affirms it has no covered employees for the following reasons: (check all that apply):

The employee(s) proposed to work on the contract will spend less than one-half of the employee’s time during any work week on the contract

102

Page 103: Services Procurement Solicitation Templatedhcd.maryland.gov/.../204CIFProposalFinalJune26.docx  · Web view1.1Summary Statement. ... including approval by the Board of Public Works,

The employee(s) proposed to work on the contract is 17 years of age or younger during the duration of the contract; or The employee(s) proposed to work on the contract will work less than 13 consecutive weeks on the State contract.

The Commissioner of Labor and Industry reserves the right to request payroll records and other data that the Commissioner deems sufficient to confirm these affirmations at any time.

Name of Authorized Representative: _______________________________________

_____________________________________________________________________Signature of Authorized Representative Date

_____________________________________________________________________Title

_____________________________________________________________________Witness Name (Typed or Printed)

______________________________________________________________________Witness Signature Date

SUBMIT THIS AFFIDAVIT WITH BID/PROPOSAL

103

Page 104: Services Procurement Solicitation Templatedhcd.maryland.gov/.../204CIFProposalFinalJune26.docx  · Web view1.1Summary Statement. ... including approval by the Board of Public Works,

ATTACHMENT H - FEDERAL FUNDS ATTACHMENT

This solicitation does not include a Federal Funds Attachment.

ATTACHMENT I – CONFLICT OF INTEREST AFFIDAVIT AND DISCLOSURE

This solicitation does not require a Conflict of Interest Affidavit and Disclosure.

ATTACHMENT J – NON-DISCLOSURE AGREEMENT

This solicitation does not require a Non-Disclosure Agreement.

ATTACHMENT K – HIPAA BUSINESS ASSOCIATE AGREEMENT

This solicitation does not require a HIPAA Business Associate Agreement.

ATTACHMENT L – MERCURY AFFIDAVIT

This solicitation does not include the procurement of products known to likely include mercury as a component.

ATTACHMENTS M – VETERAN-OWNED SMALL BUSINESS ENTERPRISE

This solicitation does not include a Veteran-Owned Small Business Enterprise goal.

ATTACHMENT N – LOCATION OF THE PERFORMANCE OF SERVICES DISCLOSURE

This solicitation does not require a Location of the Performance of Services Disclosure.

ATTACHMENT O – DHR HIRING AGREEMENT

This solicitation does not require a DHR Hiring Agreement.

104